Sei sulla pagina 1di 123

Tender

fees: Rs. 2875/


(Inclusive of Service tax @14%+SBC@0.5%+KKS @0.5%)


, ,

AIRPORTS AUTHORITY OF INDIA
RAJIV GANDHI BHAWAN, SAFDARJUNG AIRPORT,
NEW DELHI

TENDER NOTICE
FOR
SUPPLY, INSTALLATION, TESTING, AND COMMISSIONING OF
ADSB GROUND SYSTEM AT 10 AIRPORTS ALONG WITH ONE SET OF
SPARES
Tender No: (CNSP)05/201617
For Executive Director (CNSPlanning)

AAI CHQ, RGB, New Delhi 110003

Date of upload: 20032017

(Signature & Seal of Tenderer)

Total Number of Pages of This Tender Document : 123

Page 1 of 123
This Page is intentionally left blank

Page 2 of 123
AIRPORTS AUTHORITY OF INDIA
Notice Inviting Tender (Global)
(On Reverse Auction basis)

Tender No: (CNS-P)-05/201617

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


Airports Authority of India (AAI) for the work as detailed below:

1. Name of Work: SITC of ADS-B Ground System at 10 Airports along with one
set of spares

2. Estimated Cost: 13.35 Crores

3. Earnest Money Deposit: 26.70 Lakhs

Last date of submission of tender is 19-04-2017 12:00 hrs


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

For other details please visit Website :

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

www.aai.aero E-tender NIC-CPP PORTAL

Sd/-
Executive Director, (CNS-Planning)

Page 3 of 123
Table of Contents
1. Introduction..............................................................................................................................5
2. DocumentOrganization............................................................................................................5
3. Definitions.................................................................................................................................5

PARTA: GENERAL INFORMATION AND GUIDELINES...............................................7


1. InstructionsforPreparationofTenders(IFPT)..........................................................................7
2. TenderDocumentationPreparationandInstructions............................................................14
3. PreQualificationBidDocuments(TobeuploadedinPQbidpack2)....................................14
4. TechnicalBid...........................................................................................................................22
5. FinancialBid............................................................................................................................25
6. ClarificationsofTenderDocuments........................................................................................28
7. OnlineReverseAuction:..........................................................................................................29
8. ConcessionstoSmallScaleIndustriesUnits&CentralPublicSectorEnterprises...................29
9. ConcessionstoDomesticElectronicManufacturer.................................................................30
10. TenderEvaluationandContractAward..................................................................................30
11. TechnicalEvaluation...............................................................................................................31
12. FinancialEvaluation................................................................................................................32
13. AddressforCorrespondence...................................................................................................33
14. AwardofContract...................................................................................................................33
15. Consignee................................................................................................................................34
16. ExecutionofWork...................................................................................................................35
17. ImplementationofIntegrityPact............................................................................................35
18. Declaration..............................................................................................................................36

PARTB: TERMS & CONDITIONS...............................................................................37


Standards&ProvenProduct............................................................................................................37
Time/Delivery&InstallationScheduleandPartSupplies:..............................................................37
LiquidatedDamages.........................................................................................................................38
Time:TheEssenceofContract.........................................................................................................38
Delay&NonConformance...............................................................................................................38
DeductionsfromContractPrice.......................................................................................................39
RighttoAcceptorRejecttheTenders..............................................................................................39
TerminationofContractatPurchasersInitiative............................................................................39
EarnestMoneyDeposit(EMD).........................................................................................................39
PerformanceBankGuarantee..........................................................................................................40
ForceMajeure..................................................................................................................................41
Price..................................................................................................................................................42
ValidityofTender.............................................................................................................................48
PaymentTerms.................................................................................................................................48
Guarantee/Warranty........................................................................................................................51
FactoryInspectionandFactoryAcceptanceTest(FAT)....................................................................53
SiteAcceptanceTest(SAT)&Commissioning..................................................................................55
PackingandMarking........................................................................................................................56
Patents,SuccessfulContractor'sLiability&ComplianceOfRegulations.........................................57
Substitution&WrongSupplies........................................................................................................57
FreightandInsurance.......................................................................................................................57
DispatchofDocuments....................................................................................................................58
TAXES,PERMITSANDLICENCES.......................................................................................................58
Miscellaneous...................................................................................................................................59

PARTC: QUALITATIVE REQUIREMENTS.................................................................61


PARTD: ANNEXURES................................................................................................91

Page 4 of 123
1. Introduction
The Executive Director of Airports Authority of India (AAI) for CNS-Planning, on behalf
of the Chairman of AAI, announces the commencement of Bidding in the procurement
program designated SITC of ADS-B Ground System at 10 Airports along with one set
of spares at an estimated cost of Rs 13.35 Crores only (Rs. Thirteen Crores Thirty
Five Lakhs) including custom duty.

The Executive Director of AAI for CNS-Planning, on behalf of the Chairman of AAI,
invites Vendors, to submit Tenders for the systems and services described in this
request for Tender package. This Request sets out the terms, conditions, general,
operational, qualitative and qualitative requirements to be met for the Supply,
Installation, Testing, and Commissioning of a SITC of ADS-B Ground System at 10
Airports along with one set of spares, per the Technical Specifications (TSP) provided
in Part C of this Tender Package.

2. DocumentOrganization
This document is comprised of four Parts, which together provide the general
instructions and guidelines for Contractors to respond.

Part A: General Information and Guidance. This contains the Instructions for Preparation
of Tenders (IFPT), which includes qualification documents, Earnest Money
Deposit (EMD), along with Technical and Financial bid instructions. Part A also
describes of the evaluation and contract award processes.
Part B: Terms & Conditions. This contains the Terms and Conditions that must be met
for the supply, installation, and testing of the ADS-B Ground System at 10 Airports
along with one set of spares in Indian Airspace as per the technical specifications
provided in Part C of this tender notice.

Part C: Scope of Work and Technical Specification: Together, the Scope of Work (SOW)
and the Technical Specifications (TSP) define all the work that is required for the
implementation and deployment of the new ADS-B Ground System at 10 Airports.
The TSP provides detailed system specifications and support service requirements
for the SITC of ADS-B Ground System at 10 Airports along with one set of spares.
Part D: Annexures

3. Definitions
For the purpose of this document, AAI defines the following key terms:
3.1. A Tender is a response to this tender notice that has been submitted for
evaluation for potential award of contract.
3.2. A Vendor is a corporation or entity that is interested in submitting a tender
proposal for this Program.

Page 5 of 123
3.3. A Bidder or Contractor is a Vendor that has submitted a Tender package
for the SITC of ADSB Ground System at 10 Airports along with one set of
spares.
3.4. A Qualified Bidder is a Contractor whose Tender meets the Pre
Qualification & Technical Qualification criteria described in the Tender
Evaluation section of this document.
3.5. A Disqualified Contractor is a Contractor whose Tender does not meet
either PreQualification or Technical Qualification or both criteria, and who
is therefore disqualified from being further considered for this Program.
3.6. The Successful Bidder is the Contractor who signs a contract to provide the
services/ supplies as per Tender.
3.7. Rejection refers to the AAI rejecting part or all of the Tender.
3.8. The Airports Authority of India (AAI) is the procurement authority for the
Tender.
3.9. The Central Public Procurement Portal specified throughout this document
is the online system for Contractors to submit their Tender packages.
3.10. More information useful for submitting online bids on the Central Public
Procurement Portal may be obtained at:
http://etenders.gov.in/eprocure/app and www.aai.aero ETender
NICCPP PORTAL
3.11. Commissioning is defined as the completion of Site Acceptance test &
Final System Acceptance by authorized representative of AAI.

Page 6 of 123
PARTA: GENERAL INFORMATION AND GUIDELINES
1. InstructionsforPreparationofTenders(IFPT)
The following are instructions for the preparation of Tenders for the SITC of ADS-B
Ground System at 10 Airports along with one set of spares. Vendors will need to follow
these instructions carefully in the preparation and submission of Tenders. Failure to
follow these instructions precisely may result in disqualification from the Tender
Evaluation process, and thus disqualification from receiving a contract for the SITC of
ADS-B Ground System at 10 Airports along with one set of spares.
Details of the qualification and evaluation process can be found in this part. A Tender
shall consist of four major components: Tender Fees & EMD, the Pre Qualification Bid,
a Technical Bid, and a Financial Bid. The specific documentation required for all four
components are identified in this section.
The following table specifies important dates in the Tender submission process:

Table 1. Schedule of Important Tender Submission Activities


Activity Date and Time

Date & time of PreBid Meeting 6Apr 2017 11:00 hrs
Closing Date and Time for Raising Queries by Contractors 7 Apr 2017 16:00 hrs
Closing Date and Time for Response to Queries by AAI 11 Apr 2017 17:00 hrs
Closing Date for Downloading Tender Documents 19 Apr 2017 10:00 hrs
Closing Date for submission of Tender Documents by 19 Apr 2017 12:00 hrs
Contractors
Opening of Tender fees Pack 1 19Apr2017 14:30hrs
Opening of Pre Qualification Bid pack2 19Apr2017 15:30hrs
Opening of Technical Bids To be notified
Opening of Financial Bids /Reverse Auction To be notified

1. Procurement Conditions

By submitting a Tender for the SITC of ADS-B Ground System at 10 Airports, the Vendor
acknowledges all of the following Program conditions:

1.1. The instructions provided in this tender notice are binding on the Contractor, and the
submission of a Tender implies unconditional acceptance of all the terms and
conditions listed in this document by the Contractor.

1.2. This tender document includes requirements in respect of description of Items, their
quantities, technical specification; their dispatch and delivery schedule, support
services etc.

1.3. AAI reserves the right to vary the quantities to the extent of 25%.

Page 7 of 123
1.4. The Contractor shall assume all costs for the preparation and clarification of their
Tender, and for any costs associated with the pursuit of the contract for the SITC of
ADS-B Ground System at 10 Airports along with one set of spares, including any costs
associated with demonstrating or responding to any questions or clarifications or
requests from AAI or any other costs expended by the Contractor related to the Tender
process, whether initiated by AAI or not.

1.5. The Contractor shall assume complete responsibility for the design and performance
of the proposed SITC of ADS-B Ground System at 10 Airports satisfying all technical,
functional requirements and support services as described in the SOW and TSP found
in Part C of this document.

1.6. The Contractor shall indicate its compliance with SOW and TSP
requirements as specified in the Compliance Profile described in Part C of
this tender notice.

1.7. AAI has the option to require the Contractor to demonstrate or verify in-practice all or
any specific features of the tendered system for the evaluation of the bid.

1.8. Amendment to Tender Document: Any addendum, corrigendum, clarifications,


clarification responses, and modifications to the Tender shall be considered part of the
Tender package, and thereby considered part of any eventual contract for these
products and services.

1.9. For any documents or submissions for which any of the details, required information
is missing or is incomplete, or where any instructions are not met, the Contractor shall
be considered to be non-responsive and the Tender may be rejected. Similarly, lack
of submission of any of the required documents, or submission of any of the aforesaid
documents in a manner which is in non-conformance with the relevant clause of these
Instructions for Preparation of Tenders (IFPT), may result in rejection of Tender
submitted by the Contractor.

1.10. If AAI, at any time prior to scheduled date of submission of Tenders, deems it
appropriate to revise any part of this Tender notice document or to issue additional
data to clarify or interpret any provisions of this request, AAI may issue addendum or
corrigendum to this tender notice. Any such addendum or corrigendum shall be
deemed to be incorporated by this reference into this Tender notice and shall be
contractually binding on the Contractors. The AAI will notify Contractors of addenda
and corrigenda through Central Public Procurement Portal. All Vendors are advised to
visit Central Public Procurement Portal on regular basis.
1.11. E-Tendering Participation Requirements: 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
Page 8 of 123
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: http://etenders.gov.in/eprocure/app

1.12. REGISTRATION:
1.12.1. Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: http://etenders.gov.in/eprocure/app) by clicking on the link
Online bidder Enrollment on the CPP Portal which is free of charge.
1.12.2. As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
1.12.3. Bidders are advised to register their valid email address and mobile numbers as part of
the registration process. These would be used for any communication from the CPP
Portal.
1.12.4. Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with
their profile.
1.12.5. Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSCs to others which may lead to
misuse.
1.12.6. Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.

1.13. SEARCHING FOR TENDER DOCUMENTS:


1.13.1. There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.
1.13.2. Once the bidders have selected the tenders they are interested in, they may download
the required documents / tender schedules. These tenders can be moved to the
respective My Tenders folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
1.13.3. The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.

Page 9 of 123
1.14. PREPARATION OF BIDS:
1.14.1. Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
1.14.2. Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
1.14.3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender document / schedule and generally, they can be in PDF / XLS / RAR /
DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.
1.14.4. To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has
been provided to the bidders. Bidders can use My Space or Other Important
Documents area available to them to upload such documents. These documents may
be directly submitted from the My Space area while submitting a bid, and need not
be uploaded again and again. This will lead to a reduction in the time required for bid
submission process.

1.15. SUBMISSION OF BIDS


1.15.1. Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
1.15.2. The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
1.15.3. Bidder has to select the payment option as offline to pay the tender fee / EMD as
applicable and enter details of the instrument. The Bidder shall submit a non refundable
tender fee in the form of a Bank Demand draft from Nationalized/ Scheduled Banks
under the 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/couriered/given in person to the concerned official, so as to reach
latest by the last date and time of bid submission. Scanned copy of Tender fee paid
shall be uploaded in Tender Fee Pack-1 envelope.
1.15.4. Bidder should prepare the EMD as per the instructions specified in the tender document.
The original should be posted/couriered/given in person to the concerned official, so as
to reach latest by the last date and time of bid submission. The details of the DD/any
other accepted instrument, physically sent, should tally with the details available in the
scanned copy and the data entered during bid submission time. Scanned copy EMD
Page 10 of 123
shall be uploaded in Tender fee Pack-1 envelope or Otherwise the uploaded bid
will be rejected.
1.15.5. Bidders are requested to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. If the price bid has been given
as a standard BoQ format with the tender document, then the same is to be downloaded
and to be filled by all the bidders. Bidders are required to download the BoQ file, open
it and complete the 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.
1.15.6. The server time (which is displayed on the bidders dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
1.15.7. All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of
the bids is maintained using the secured Socket Layer 128 bit encryption technology.
Data storage encryption of sensitive fields is done. Any bid document that is uploaded
to the server is subjected to symmetric encryption using a system generated symmetric
key. Further this key is subjected to asymmetric encryption using buyers/bid openers
public keys. Overall, the uploaded tender documents become readable only after the
tender opening by the authorized bid openers.
1.15.8. The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
1.15.9. Upon the successful and timely submission of bids (i.e. after Clicking Freeze Bid
Submission in the portal), the portal will give a successful bid submission message &
a bid summary will be displayed with the bid no. and the date & time of submission of
the bid with all other relevant details.
1.15.10. The bid summary has to be printed and kept as an acknowledgement of the submission
of the bid. This acknowledgement may be used as an entry pass for any bid opening
meetings.

1.16. ASSISTANCE TO BIDDERS:


1.16.1. Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant
contact person indicated in the tender.
1.16.2. 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.
1.16.3. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk
Page 11 of 123
Number01204200462,01204001002
NoteBiddersarerequestedtokindlymentiontheURLofthePortalandTenderIdin
thesubjectwhileemailinganyissuealongwiththeContactdetails.Foranyissues/
clarificationsrelatingtothetender(s)publishedkindlycontacttherespectiveTender
InvitingAuthority.
Tel:01204200462,01204001002.
Mobile:918826246593
EMail: supporteproc@nic.in
1.16.4. For any Policy related matter / Clarifications Please contact Department of
Expenditure,MinistryofFinance.
EMail: cpppdoe@nic.in
1.16.5. For any Issues / Clarifications relating to the publishing and submission of AAI
tender(s)
1.15.5.1. InordertofacilitatetheVendors/BiddersaswellasinternalusersfromAAI,Help
desk services have been launched between 08002000 hours for the CPPP under
GePNIC http://etenders.gov.in. The help desk services shall be available on all
workingdays(ExceptSundayandGazettedHoliday)between08002000hoursand
shall assist users on issues related to the use of Central Public Procurement
Portal(CPPP).
1.15.5.2. Beforesubmittingqueries,biddersarerequestedtofollowtheinstructionsgivenin
GuidelinestoBiddersandgettheircomputersystemconfiguredaccordingtothe
recommendedsettingsasspecifiedintheportalatSystemSettingsforCPPP.
1.16.6. Incaseofanyissuesfaced,theescalationmatrixisasmentionedbelow:

SL. Support Escalation Contact


E-Mail Address Timings*
No. Persons Matrix Numbers
011-24632950, 0800-2000
Help Desk Instant
1. eprochelp@aai.aero Ext-3512 Hrs.
Team Support
(Six (MON SAT)
Li
After 4 Hours
sanjeevkumar@aai.aero 011-24632950, 0930-1800 Hrs.
2. Jr.Exe.(IT) of
Ext-3505 (MON-FRI)
Issue
After 12 011-24632950, 0930-1800 Hrs.
3. AGM(IT) snita@aai.aero
Hours Ext-3523 (MON-FRI)
Jt. General After 24 0930-1800 Hrs.
4. ykkaushik@aai.aero 011-24651507
Manager(IT) Hours (MON-FRI)
General 0930-1800 Hrs.
5. After 03 Days gmitchq@aai.aero 011-24657900
Manager(IT) (MON-FRI)

*TheHelpdeskservicesshallremainclosedonallGovt.GazettedHolidays.

Page 12 of 123
1.16.7. The above mentionedhelp desk numbers are intended only for queries related to
the issuesoneprocurementportalandhelpneededontheoperationofthe
portal. For queriesrelated to the tenders published on the portal, bidders are
advised to contact concernedBidManagerofAAI

1.16.8. AAI may at its discretion, extend/change the schedule of any activity by issuing an
addendum/corrigendum on the e-procurement portal
http://etenders.gov.in/eprocure/app. In such cases, all rights and obligations of AAI and
the Bidders previously subject to the original schedule will thereafter be subject to the
schedule as extended/changed.
1.16.9. A brief document with details of sites/ locations covered in the scope, is provided in
Annexure-III and if necessary bidder may visit the location before submitting the bid.
PRE-BID CONFERENCE:
1.16.10. AAI may hold pre-bid conference with bidders based on the number and type of
queries received in response to this RFP. The schedule of the same shall be intimated
later if the need arises.
1.16.11. Please note that in order to participate in the pre-bid meeting, the tender fee must be
paid offline through Bank DD by the bidders. Bidders must submit the DD to attend
the pre-bid conference at least 2 working days in advance.
1.16.12. Bidders must ensure that the points on which clarifications are required by them have
already been submitted to AAI in advance through e-procurement portal
http://etenders.gov.in/eprocure/app as per the schedule mentioned in the tender.
1.16.13. Bidder or his authorized representatives will be permitted to attend the pre-bid
meeting. The representatives attending the pre-bid conference must have proper
authority letter to attend pre-bid conference and must have authority to take decisions
then and there, as no further clarifications will be accepted thereafter and the terms
and conditions including scope of work decided as on the date of pre-bid conference
will be frozen for all purposes.
1.16.14. Bidders are advised to restrict number of representatives to not more than two during
pre-bid conference.
1.16.15. AAI shall publish the clarifications & their responses made in the pre-bid conference
as corrigendum in the e-procurement portal subsequently.
1.16.16. Please note that AAI expects the bidders to comply with all tender
specifications/ conditions which have been frozen after Pre-bid Conference and hence
non- conforming bids may be Contact details of Bid Manager:
Name Email Address Contact Numbers Timings
Mr. R. R. Bassi, rrbassi@aai.aero 01124692913 09301800
Jt. General Manager +919891916108 Hrs
(CNSP) (MonFri)

Page 13 of 123
Mr. Mansoor Ahmad mansoor@aai.aero 01124618279 09301800
General Manager +919891935702 Hrs
(CNSP) (MonFri)

2. TenderDocumentationPreparationandInstructions
2.1. Contractors shall provide the documentation specified in the following three
sections, entirely in English: the PreQualification Bid documents, the Technical Bid,
and the Financial Bid. The three sections correspond to the three components of the
Tender.
2.2. Deviations, if any, from the requirements/ specifications shall be brought out
separately in the deviation sheets to be attached with Technical bid of the Tender
and shall indicate the paragraph number and page number of the Tender Document
in which the Contractor prefers to have the deviation. The scanned copy of deviation
sheet shall be uploaded along with the Technical Bid documentation into the Central
Public Procurement Portal.
2.3. Each and every page of the submitted Tender, including technical documentation,
should be serially numbered and indexed & digitally signed before uploading along
with PQ documents.
2.4. The Bidder shall submit all completed Tender documents and clarification inquiries
by uploading the Tender onto the Central Public Procurement Portal as per the the
due date identified in Table 1 of this document. This uploaded copy shall be treated
as the master copy and will be referred to during the Prequalification and Technical
Evaluation process.
2.5. The Tender submitted with changed or altered or modified language or contents of
Annexure IV, Annexure V, Annexure VI, or Annexure VII, Annexure VIII , Annexure
IX , X , XI XII & AnnexureXIII may be rejected forthright by the AAI.

3. PreQualificationBidDocuments(TobeuploadedinPQbidpack2)
The Contractor shall provide PreQualification Documents as specified in this section.
Lack of submission of any of the specified qualification documents or submission of
any of the specified documents in a manner which is in nonconformance with the
relevant clause of this tender notice document may result in rejection of the Tender.
AAI will not be responsible, if Contractor fails to upload the Tender in time.

3.1. The Contractor shall provide the following documents along with Pre
Qualification bid in order to prove their eligibility:
3.1.1. The Contractor should be Original Equipment Manufacturer (OEM) or its
authorized representative or System Integrator of ADS-B Ground System.

Page 14 of 123
3.1.2. In the case of System Integrator or authorized representative of OEM,
credentials (financial turnover & experience as mentioned below) of System
Integrator or the authorized representative only will be considered for
evaluating eligibility criteria.

3.1.3. In case of authorized representative, current authorization from OEM
authorizing the Contractor as its authorized representative shall be submitted.

3.1.4. In case of system integrator, current authorization of OEM(s) for its product
for the subject tender shall be submitted.

3.1.5. In case of OEM, Proof of being Original Equipment Manufacturer (OEM) shall
be submitted. An OEM is identified as the company that holds title to the
Intellectual Property Rights (i.e. via copyright notice) of the supplied
technology. Authorised Representative (AR) or System Integrator (SI) shall
also provide proof of OEM for the product offered excluding COTS item.

3.1.6. Details of OEM or its authorized representatives or system integrator
indicating Name & address shall be submitted.

3.1.7. Contractor shall obtain certificate from OEM/undertaking from the respective
OEM(s) to ensure availability of spares component for entire life of the item
(10 years)

3.2. The tender for the offered system cannot be submitted both by the OEM and its
authorized representative. In such case, the application of OEM alone will be
considered and the tender of the authorized representative will be rejected.
3.2.1. The bidder as authorized representative can participate on behalf of only one
OEM.
3.2.2. No bidder firm or its subsidiary firm or its parent firm shall be allowed to
submit alternate bids. Such bids shall be summarily rejected. Bidder firm shall
submit an undertaking stating the same. AnnexureVIII
3.2.3. The bidder firm shall possess the required tools, plants, skilled manpower, etc.
required for execution of the subject scope of work in the tender & shall give
undertaking as per AnnexureVIII.
3.2.4. Any firm who wishes to sublet or outsource (a part or full) to any third party
then it shall bring to notice of AAI in submittals to this in bid itself. AAI may or
may not agree or accept such intentions /proposals of outsourcing or
subletting of scope of work in the tender as per AnnexureVIII.
3.2.5. Bidder firm shall also submit an undertaking that if any portion of the work is
outsourced or subcontracted then it shall accept all AAI objections within the
scope of work or shall change/replace subcontractor if required by AAI and
shall undertake work itself without any compensation.
Page 15 of 123
3.2.6. An representative of the foreign firms can submit tender document on behalf
of their Principal/OEM on submission of authorization certificate. However,
tender document shall be digitally signed/ signed only by the Principal/OEM
& not by the agent. Bidder shall submit Authorisation letter as per Annexure
XIII.
3.2.7. Concessions to the bidders registered with NSIC, shall be applicable as per the
directives of Govt. of India.
3.2.8. Purchase preference to Central Public Sector Undertaking shall be applicable
as per the directives of Govt. of India prevalent on the date of acceptance.
3.2.9. The tender processing fee shall be Rs. 2875 (Rs.Twenty eight hundred
seventy five only) including service tax and will be nonrefundable except to
NSIC Registered Bidders who will be refunded the Tender Fee after duly
checking and verifying their NSIC registration certificates during PQQ
evaluation. Tender processing fee shall be paid to AAI off line in the form of DD
on the day of PreBid conference. In case, Prebid conference is not conducted
by AAI then the tender fees shall be submitted offline on the date of opening
of PQ Bid through DD. Scanned copy of DD shall be uploaded in the Tende fee
pack1..
3.2.10. AAI reserves the right to accept or reject any or all applications without
assigning any reasons. AAI reserves the right to call off process of shortlisting
of bidders at any stage without assigning any reason.

3.3. Contractor firm shall submit an undertaking stating its firm or its partners or its
Directors have not been black listed 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 as per AnnexureVIII.

3.4. System Integrator firm is one who sources subsystems from one or more OEM(s)
firms and integrates the same with its own manufacturing/developing
subsystem(s), to supply fully functional system as per prescribed specifications.
Current Authorization of OEM firm authorizing the Contractor firm for its
product(s), spare, sales and service shall be presented by the Contractor firm.

3.5. Annualized average financial turnover: Contractor should have annualized
average financial turnover of at least 30% of the estimated cost during last three
financial years, ending 31st March or 31st December of previous year, as per
practice prevailing in the country of the Contractor. As a proof of financial
turnover, copy of abridged Balance Sheet along with Profit & Loss account of the
Contractor for last three years should be submitted. Details shall be provided in
AnnexureIX.

Page 16 of 123
3.6. Experience:

3.6.1. The bidder should have successfully executed orders in last seven years for
supply & installation fulfilling at least one of the following (A) Value Criteria
or (B) Quantity criteria of SITC of ADS-B Ground System at 10 Airports.

A. VALUE CRITERIA:
a1. One order of value more than or equivalent to Rs. 10.68 Crores i.e (80%
of estimated cost)
or
a2. Two orders each of value more than or equivalent to Rs. 6.675 Crores
(50% of estimated cost)
or
a3. Three orders each of value more than or equivalent to Rs. 5.34 Crores
(40% of estimated cost)
or

B. QUANTITY CRITERIA
SITC of at least one order of 8 nos. of a currently operational ADSB
Ground System with following characteristics in last seven years.

or

SITC of at least two orders of 5 nos. of a currently operational ADSB


Ground System with following characteristics in last seven years.

or

SITC of at least three orders of 4 nos. of a currently operational ADSB


Ground System with following characteristics in last seven years.

3.6.2. Characteristics of ADSB Ground System implemented by the


Contractor:
The Technical Specification is designed to ensure that the procured ADSB
System will be compatible with all relevant ICAO, EUROCONTROL and
EUROCAE specifications. Also the ADSB System equipment will be
compatible with aircraft Mode S transponder equipment certified to ED
102A/DO260 or DO260B and capable of satisfying the requirements
specified in ED126 and ED129B. The Contractor is required to submit
undertaking on its official letter head to meet the above requirements under
SITC of ADSB Ground System at 10 Airports. The said documents must
include location of the installed system and full address and contact details
of end user. During the Technical evaluation phase AAI reserves the right to
visit the Contractors referenced sites and witness the ADSB Ground system
in operation meeting the above required parameters described in Part C.

Page 17 of 123
Contractors who fail to fulfil the above conditions and requirements will be
disqualified and the commercial bids will not be opened.

3.7. Performance/Experience Certificate:



3.7.1. Bidder must submit performance/experience certificate in respect of the
works claimed against experience as mentioned under Para 3.6.1. These
certificates should be issued by the end user agencies for whom the works
have been carried out and countersigned by the Contractor. Such certificates
in English or notarized translation shall be issued by the end user agency for
whom works have been carried out. Such performance/experience
certificates should clearly indicate the following:

Sr. Description Comment of ANSP/ End
No. User
1. Title of Contract awarded with a brief
scope of contract
2. Purchase order/Contract no. with date

3. Value of Contract
4. Contract completion date
5. Satisfactory operation of system Satisfied with the supplied
system/Not satisfied with
supplied system
6. Supplied system have capabilities to Yes/No
integrate with ATM Systems in
different versions of Asterix category
021.
7. Signature with Name, Designation,
Contact details


3.7.2. The scope of works in respect of works claimed against Para 3.6 above,
should be substantiated by submission of relevant portion of the contract
indicating Scope of contract. Brief Technical literature shall be provided
highlighting the features of the offered system.

3.7.3. Date of submission of the PQQ will be taken as reference for assessing the
eligibility criteria.

3.7.4. AAI reserves the right to perform an audit at each level during pre
Qualification of bid, Preaward, Factory Acceptance Test (FAT) and Site
Acceptance Test (SAT), to check the compliance to Documents submitted in
support of eligibility and technical specification.

Page 18 of 123

3.7.5. In case the Contractors submitted documents as proof of compliance does
not meet tender requirement, AAI reserves the right to reject the
Contractor from further participation, cancel award of contract, forfeit
EMD and recovery of damages as appropriate.
3.7.6. A statement confirming the Contractors agreement and compliance to the
Program Conditions enumerated in the Overview section of this document.
3.7.7. Tender shall be valid for a minimum of 180 days from the date of the
opening of Tender document, as specified in these Instructions.
3.7.8. A disclosure statement of any Indian agents, firms, or representatives that
the Vendor has used or intends to use relevant to the SITC of ADS-B Ground
System at 10 Airports, including any Indian Contractors or shippers.
3.7.9. The bidder (in case of Indian bidder only and foreign registered firm having
permanent establishment) should have valid PAN/VAT/Sales Tax/Service
Tax registration etc. in India or any regulatory requirement in this region.
3.7.10. Overseas bidder shall submit the Permanent Account Number (PAN) within
30 days of award of contract.
3.7.11. Profile statement as per AnnexureX, complete in all respects, duly signed
and stamped by the Contractor.
3.7.12. Bidder shall provide the name, Designation and certified signature of their
authorized representative on their letter head.
3.7.13. A duly signed Integrity Pact per the prescribed pro forma (Annexure VII
of this document).
3.7.14. Contractor shall provide a completed Performa for Submitting Tender for
Unconditional Acceptance of Tender (Annexure V of this Tender Package)

3.8. Earnest Money Deposit (EMD)


The Contractor shall provide Earnest Money Deposit (EMD) as described in this
section. Authorized partners, agents, or representatives in India of a foreign
Contractor firm may also submit EMD in Indian Rupees or equivalent USD on
behalf of their Foreign Principal Contractors. Tenders not accompanied by the
requisite EMD or proof of exemption from EMD, shall be rejected. EMD of the
value of Rs. 26,70,000/ or equivalent USD shall be accepted either in the form of
DD or Bank Guarantee from Nationalized/Scheduled Bank as per the performa
mentioned at Annexure VI.
3.8.1 Demand Draft /Pay Order in INR 26,70,000 (Rupees Twenty Six Lakhs and
Seventy Thousand Only) or equivalent USD in favour of "Airports Authority of
India" payable at New Delhi from a Nationalized /Scheduled bank.

Page 19 of 123
3.8.2 "EMD Bank Guarantee" from a Nationalized/Scheduled Bank (as per RBI
Schedule) having office in India, in the prescribed Performa as per Annexure
VI.
3.8.3 Authorized Partners/agents/representatives in India of foreign bidder firm
can also submit EMD in Indian Rupees or equivalent US Dollars on behalf of
their Foreign Principal bidders.
3.8.4 EMD will be refunded in the same currency in which EMD is given.

3.8.5 NSIC Registered Bidders shall upload copy of valid NSIC Registration
Certificate for the purpose of verifying their claim for exemption of EMD.

3.8.6 Payment of EMD :

3.8.6.1. Bidder has to select the payment option as offline to pay the tender fee / EMD
as applicable and enter details of the instrument. The Bidder shall submit a non
refundable tender fee in the form of a Bank Demand draft from Nationalized/
Scheduled Banks under the 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/couriered/given in person to
the concerned official, so as to reach latest by the last date and time of bid
submission.
3.8.6.2. Bidder should prepare the EMD as per the instructions specified in the tender
document. The original should be posted/couriered/given in person to the
concerned official, so as to reach latest by the last date and time of bid submission.
The details of the DD/any other accepted instrument, physically sent, should tally
with the scanned copy and the data uploaded in the Tender fee Pack-1 Otherwise
the uploaded bid will be rejected.
3.8.6.3. Generally EMD in form of DD/Pay order in USD shall be encashed by AAI after
converting it in to equivalent INR at the conversion rate applicable on the date
of encashing the EMD.

3.8.6.4. AAI is liable to return EMD amount in INR or in USD equivalent to amount in
the same currency submitted by bidders.

3.8.6.5. The EMD of the unsuccessful bidder shall be returned, on award of contract
to successful bidder and EMD of bidder who are not qualified in initial
eligibility requirement or Technical qualification, EMD shall be refunded after
Prequalification/ Technical evaluation.

3.8.7. The EMD Bank Guarantee shall be valid for a period of six (6) months from
the notified date of opening of the Tender without any conditions by the
Contractor. In the case of any extension of Tender opening date, the

Page 20 of 123
Contractor shall arrange to extend the validity of the EMD Bank Guarantee
suitably within two weeks.

3.8.8. Each Contractor must submit the earnest money, as indicated in the Para
3.8.1 above , in the form of EMD Bank Guarantee from a
Nationalized/Scheduled Bank (as per RBI Schedule) having office in India, in
the prescribed Performa as per AnnexureVI.

3.8.9. The Contractor shall not change or alter or modify in any way, the language
or contents of Annexure VI (EMD Bank Guarantee) of this document.

3.8.10. Any bid submitted with changed or altered or modified or conditional
language /contents of the said Annexure IV, V, VI, VII, VIII , IX, X, XI XII & XIII
then the Bid of the firm may be liable to be rejected.

3.8.11. The Contractor shall provide the name, designation, address, fax number, and
telephone number of the bank issuing the Bank Guarantee for confirmation
purposes.

3.8.12. The Contractor shall provide to AAI the requisite Bank Account details for
return of EMD.

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

3.8.14. The Contractor shall pay all banking or conversion charges (and any other
expenses incurred in this regard).

3.8.15. Return, Cancelation & Forfeiture of EMD

3.8.15.1. If a Contractor withdraws from the Tender process for any reason deemed
unsatisfactory in the sole opinion of the AAI, their EMD will be encashed and
forfeited.

3.8.15.2. Should the AAI cancel this Tender process, AAI will return the EMD of all
Contractors for whom the EMD was not already forfeited and encashed
without any interest.


3.8.15.3. In case AAI declare bidder as L1, failing receipt of the Letter of
Unconditional Acceptance in the time specified, it will be construed that the
Contractor is not interested in the offer, and therefore has chosen to NOT
accept the Letter of Intent. In such case, EMD will be encashed and forfeited.

3.9. The Contractor shall provide a list of proposed Program, personnel.


Page 21 of 123

3.9.1. The Contractor shall provide any additional materials that describe the
systems and services being tendered; however, the Contractor shall not
provide any marketing, advertising, or any other extraneous documents
that serve little or no descriptive or educational purpose with respect to
the systems and services of this procurement. No additional materials
beyond those required to be submitted by the Contractor in this IFPT may
be referenced in the Compliance Profile.
3.9.2. Non submission of any of the aforesaid documents or, submission of any
of the aforesaid documents in a manner which is in nonconformance
with the relevant clause of the tender document may result in rejection
of tender submitted by the bidder.
3.9.3. Compliance Matrix: Compliance Matrix shall be uploaded along with
other PQ Document as per AnnexureIX.

NOTE: AAI may discard any or all materials beyond those specified in this IFPT as part
of the Tender submission. AAI will not use any materials provided beyond the
required documents specified in this IFPT for any qualification, scoring, or evaluation
of the Technical or Financial bids.
4. TechnicalBid
The Contractor shall provide the documents specified in this section as the
Technical Bid.
4.1. AAI recognizes that the existing system (being offered by vendor) may not fully
meet all the requirements in the manner specified in this tender. Therefore,
Contractors, may offer alternate/applicable functional capabilities/solutions
for any such tender requirement. Such offered alternatives will be reviewed and
evaluated on a casebycase basis by AAI to determine applicability to the
tender requirement.
4.2. One set of scanned copy of complete technical documentation comprising of
Technical, Operations, Installation and Maintenance manuals including detailed
Part List of the equipment shall be uploaded along with the technical bid. The
maintenance manual should contain detailed sub system specifications,
functional description, recommended maintenance schedule, test and
calibration adjustment procedures and other information which helps in
providing uninterrupted operation of the facility and should provide expected
guidance to maintenance engineers in case of facility malfunctioning / break
down. The language of all manuals, instructions, technical documentation,
operating system, application software and drivers shall be in English language
only.

Page 22 of 123
4.3. As part of Technical Evaluation of the tenders, the compliance of the offered
equipment to the specifications as stated in Section C, shall be verified from
the technical manuals and documentation of the equipment.
4.4. The Contractor shall provide all RMA (Reliability, Maintainability, and
Availability) figures for all equipment proposed under this project.
4.5. Contractors shall describe the methodology, techniques and processes used to
conduct the RMA analysis.
4.6. The operational availability for a system shall be calculated using the following
equation:
%age Availability= (MTBF)/(MTBF+MTTR)*100 %
MTBF = Mean Time Between Failures (hours)
MTTR = Mean Time To Restore (hours)
4.7. The RMA calculations and documents indicating compliance of the equipment
with the said specifications shall be submitted.
4.8. Technical literature, brochures, drawings and sketches, all in English
language, that are relevant to the procurement of the ADSB system.
4.9. The Contractor shall provide guidelines on the prerequisite qualifications
required for AAI's staff to attend various training in the project.

4.10. The Contractor shall upload Comprehensive/Critical/recommended list of
spares to the stripped down versions, WITHOUT INDICATING THE PRICE in a
format prescribed AnnexureIIA along with the Technical Bid.

4.11. The Contractor shall upload a detailed list of deliverable equipment i.e., a Bill
of Quantity, with part numbers, make and model numbers, of all equipment and
accessories/ test equipment offered that fully meets the operational and
technical requirements as specified in Part C, Technical Specification of this
Tender Package.

4.12. The Bill of Quantity (BOQ) document shall not have any indications of
pricing.
4.12.1. BOQ shall clearly indicate the items to be supplied from Overseas or from
Indian Source with make & model.
4.12.2. Original documents of financial bids or any document containing pricing
information shall not be submitted in technical bid or as hard copy in any
case.

Page 23 of 123
4.13. Nonsubmission of afore said documents or, submission of any of the aforesaid
documents in a manner which is in nonconformance with the relevant clause
of the tender document may result in rejection of tender.

4.14.Compliance Profile

4.14.1. The Contractor shall provide a Compliance Profile for the Technical
Specifications included in this Tender Package, signed and stamped by the
Contractor or authorised signatory, as follows:

4.14.2. The Compliance Profile shall be in Excel format; the soft copy (ies) shall be in
an easily readable format that does not cross pages for a given requirement
(row in the Excel format).
4.14.3. The Compliance Profile shall include four (4) columns in the following order:
Column 1: Requirement Statement
Column 2: Compliance status as follows:
C Complied
P Partially Complied
N Not Complied

Column 3: Specific reference of the document(s) with page and paragraph
number(s), which can verify the indicated compliance status. Without such
references, tender may not be considered for evaluation and is liable to be
rejected.
Column 4: For any requirement for which the status is not C, the Contractor
shall provide the reference to an alternative description or detailed
explanation of the deviation and reason.

4.14.4. If a contract is eventually awarded to the Contractor, and the Contractor


claims Compliance to a requirement that the description in the Compliance
Proposal does not support, the AAI at its sole discretion may require the
Contractor to enhance the proposed systems and services to fully comply with
the requirement, as claimed.

4.14.5. Deviations, if any, from the requirements/ specifications shall be brought out
separately in the deviation sheets to be attached with Technical bid of the
Tender and shall indicate the paragraph number and page number of the
Tender Document in which the Contractor prefers to have the deviation. The
scanned copy of deviation sheet shall be uploaded along with the Technical
Bid documentation into the Central Public Procurement Portal.

Page 24 of 123
4.14.6. Digitally signed copy of Tender document in addition to 4.14.2 above after
endorsement (signing) by the bidder on each page as a proof that he has
understood all the terms and condition of the tender.

4.15. Compliance Matrix: Compliance Matrix shall be uploaded along with Technical
bid document as a check list as per AnnexureXI.

5. FinancialBid
5.1 SUBMISSION OF FINANCIAL BID
5.1.1. Contractors shall complete the Financial Bid online as per the guidelines
provided on the Central Public Procurement Portal.

5.1.2. The Price Bid of the tender document is for pricing alone. No condition
whatsoever shall be stipulated in this part. If any conditions are stipulated in
the Price Bid of the tender, the tender is liable to rejection.

5.1.3. The Price Bid shall be for the total price of all systems and services, not
including Options. It is recommended that Contractors refer to the Tender
Evaluation for the methodology the AAI shall use for evaluation of the Price Bid.

5.1.4. The Contractor shall confirm that quoted prices shall be firm and fixed and
subject to no escalation whatsoever till the validity period of the tender
including extension, if any.

5.1.5. Overseas bidder shall quote either in USD or EURO or GBP or INR and indicate
the currency of quote in the statement sheet attached with financial bid.

5.1.6. The Contractor shall provide a breakout of the services and equipment being
proposed, including all of the following:
a) Products being provided from overseas
b) Products being provided from local Indian Contractors or agents
c) Services (labor) being provided from overseas
d) Services (labor, travel, and associated costs) being provided in India
thorough Indian agent.

5.1.7. Services (labour and associated costs) being provided by local Indian
personnel, whether they be part of the Contractors organization directly, are
to be employed as contractors, or work indirectly through a third party
organization A Foreign Contractor shall provide Financial Bid pricing in
foreign currency or in INR for the supplies and services being provided from
overseas and in INR for the supply and services to be provided from Indian
Contractors and agents. (The Contractor shall indicate the cost of the imported
hardware items in foreign currency or in INR and cost of the items supplied
from India in INR only.)
Page 25 of 123

5.1.8. If an overseas contractor intends to supply item(s) coming from India, the
Contractor shall clearly indicate in the PQDocument, the name of Indian
Contractor.
5.1.9. A Foreign Contractor shall indicate cost of installation, testing and
commissioning in foreign currency or in INR if the same is being undertaken
by the manpower employed from overseas.

5.1.10. For the purpose of price evaluation, conversion rate of foreign currency
notified in Economics times, on the day of opening PreQualification bid
will be taken as a reference to bring all the Contractors at par to same
currency i.e., INR.

5.1.11. A Foreign Contractor may provide part of the services while carrying out
installation, testing and commissioning through its authorized Indian agent
and remaining part through its own manpower employed overseas. The
Contractor shall clearly indicate the cost component of services provided
through its own manpower in foreign currency or in INR and through its Indian
agent in INR separately.

5.1.12. A Foreign Contractor shall quote cost of Indian training to be imparted at
Two Airports, in foreign currency or INR if the same is imparted by the
manpower employed from overseas.

5.1.13. A Foreign Contractor shall indicate cost of the training to be imparted in INR if
the same is being undertaken by the training faculty employed by his
authorized agent.

5.1.14. The Foreign Contractor must indicate the freight and insurance charges
of entire supply by Air from the country of dispatch to Consignee Airports
indicated in AnnexureIII. Total freight and insurance charges for entire
supply must be indicated in the pricing schedule and will be considered
for the purpose of price comparison.

5.1.15. The Price quoted shall be inclusive of cost of equipment, software, training,
installation, testing, and commissioning, as well as all taxes and duties
applicable in country of origin and in India. All the overseas taxes, overseas
freight & insurance, handling charges, inland freight and insurance, all
applicable inland taxes in India such as all components of custom duty, Excise
duty, Sale Tax, VAT, work contract Tax, labour cess, custom clearance charges
etc. (Exclusive of Service Tax.) shall be included in the price quote. Octroi &
Entry tax will be paid as per actual.

5.1.16. The Contractor shall upload along with Financial bid statement sheet along
with Financial bid indicating rate of tax (Sales Tax/Excise Tax/VAT/Central
Page 26 of 123
Sales Tax (CST) or any statutory taxes etc.), for the purpose of making claim
towards increase and decrease in statutory taxes at the time of supply.

5.1.17. The Contractor shall also specify the rate of Customs Duty for each line item
(i.e., Hardware, Software, etc.) quoted in the Financial Bid, along with the
currency of Bid in the statement sheet mentioned at 5.1.16. Custom duty shall
be quoted in the same currency in which imported items are quoted which will
be converted into INR at an exchange rate applicable on the day of opening of
PQ bid for the purpose of financial evaluation. Quoted Custom duty will be
converted into INR at an exchange rate indicated on Bill of Entry for the
purpose of recovery/claims. Custom duty will be considered at the time
financial bids evaluation. AAI will recover the excess custom duty against
quoted custom duty on each line items.

5.1.18. . Scanned copy rates of statutory taxes shall be uploaded onto the Central
Public Procurement Portal along with financial bid or otherwise no claim will
be entertained by AAI towards increase or decrease in Statutory Taxes.

5.2. AAI will have no liability or benefit from any exchange rate fluctuations. The
selected Contractor shall bear all liability or receive all benefit from such
fluctuations.

5.2.1. Costs indicated by an overseas Contractor in INR, for services rendered in
India through any local agents or representatives, shall be paid either to the
local agents or representatives directly, in INR, against the local agents or
representatives invoices, duly endorsed by the Contractor (winning
Contractor); or to the Contractor (winning Contractor) directly, but in INR; this
decision is at the sole discretion of AAI.

5.2.2. The Contractor shall include in the quote breakdown the overseas freight and
insurance costs, in foreign currency or in INR, these shall be paid through the
Letter of Credit, if the charges are to be paid by the Contractor.

5.2.3. Original documents of financial bids or any other document containing
financial terms shall not be submitted as hard copy to AAI in any case.

5.2.4. Bidder shall upload the compliance Matrix along with financial bid as per
AnnexureXII

5.3. Spares:

5.3.1. The Contractor shall ensure the availability of spares for the lifetime of the
system.

Page 27 of 123
5.3.2. The Contractor shall project the obsolescence of spares well in advance so
that AAI will be able to keep a sufficient number of spares in stock to maintain
the system for the lifetime of the system.
5.3.3. Contractor shall upload the pricing details of Comprehensive spares along
with financial bid in PDF document as per format indicated in Annexure
IIB. The prices shall be exclusive of freight, Insurance & Custom duty.
5.3.4. In case any of the module/card/item fails within warranty of equipment and the cost
of same not indicated in the comprehensive list of spares as mentioned in para 5.3.3.
above then the supplier shall have to supply two (2) numbers of that
Module/Card/Item in addition to repairing/replacing the failed Module/card/Item
free of cost to AAI.
5.4. Customs clearance:
5.4.1. Bidder shall be responsible for customs clearance. AAI will provide all the
required documents in advance for the purpose of custom clearance.
6. ClarificationsofTenderDocuments
6.1. A Contractor may request clarification of any aspect of this Tender notice
document by submitting their clarification requests to AAI on Central Public
Procurement Portal :

Name of Contractor:
Document Section Clause No. Page No Existing Clarification
No. in Section Provision in Sought
Clause


6.2. The AAI shall respond to Clarification Requests (CRs) at the sole discretion of
the AAI; however, the AAI will notify the requesting Contractor in the event
that AAI does not intend to respond to a given CR, and may choose to furnish
or not furnish a reason for doing so.
6.3. The AAI shall respond to CRs until the Closing Date specified in the schedule
as indicated in Table 1 of this document, unless the date is extended by AAI.
6.4. AAI shall respond to CRs by uploading them through the Central Public
Procurement Portal. Contractors are advised to visit Central Public
Procurement Portal regularly.
6.5. Clarifications and other documents, if and when issued by the AAI, shall be
related to the Tender documents and hence shall be considered an extension
of them, and thus part of any eventual contract.
6.6. AAI makes no representation or guarantee as to the completeness or accuracy
of any response.

Page 28 of 123
6.7. In order to provide reasonable time for Contractors to account for any
amendments in preparing their Tenders, AAI may, at its sole discretion,
extend the deadline for the submission of Tenders suitably. AAI will notify all
registered Contractors of any extension via the Central Public Procurement
Portal.
NOTE: Contractors are advised to upload their Tender submission well in advance of
the Closing date to avoid any last minute issues. Uploaded Tenders may be
modified at a later date and time, until the Closing date and time.

6.8. Tenders once uploaded and at the Closing date and time shall be final, and no
amendment thereto shall be permitted after the submission date prescribed
in Table 1 of this Tender notice.

6.9. Each Contractor shall submit only one Tender.

6.10. Central Public Procurement Portal shall not allow Contractors to submit their
Tender after the scheduled Closing date and time. The AAI will not entertain
any postClosing date clarifications or confirmation of compliance.

6.11. The AAI reserves the right to accept or reject any or all applications without
assigning any reasons.

7. OnlineReverseAuction:

7.1 AAI will conduct the online reverse Auction. Detailed procedure for
conducting Reverse auction will be conveyed through eportal before
opening PQ bid through corrigendum.

8. ConcessionstoSmallScaleIndustriesUnits&CentralPublicSector
Enterprises
8.1. Based on the guidelines issued by National Small Industries Commission (NSIC)
regarding concessions for Small Scale Industrial Units registered with NSIC
under single point registration scheme, concessions are available to the bidders
registered under NSIC.

8.2. The accepting authority reserves the right to allow to the public enterprises and
Indian Small Scale Industries (SSI) registered with NSI C under single point
registration scheme purchase preference facilities as admissible under the
existing policy of Govt. of India prevalent on the date of acceptance of tender.

8.3. Gazette notification No. 5 published 03 by Govt. of India dated 26.03.2012 and
DO Letter No.1 (3)/2014MA dated 02.07.2014 in this context is applicable,
whereby a bidder registered with NSIC, if coming under L1 + 15% band shall be

Page 29 of 123
offered 20% of the supply, provided he meets the L1 price. Out of this 20%, 4%
of the supply will be given to the SC/ST bidder, registered with NSIC.

9. ConcessionstoDomesticElectronicManufacturer
9.1. Gazette notification No. 304 dated 24/12/2013 is applicable for Domestic
Electronic Manufacturer whereby a domestic Electronic goods manufacturer
will be offered 30% of the supply of Electronic goods procurement, provided he
meets the L 1 price.

9.2. This 30% Supply will be inclusive of the 20% supply offered to NSIC registered
bidder.

10. TenderEvaluationandContractAward
10.1. This section describes publiclydisclosable information about the Tender
Evaluation and Contract Award process that AAI will execute once the Tenders
have been received and the Technical and Financial Bids have been opened.
This section is intended to help, ensure that all Contractors have the same
understanding of the proposal evaluation process and the basis upon which
their proposals will be judged. This is to help Contractors provide the best
possible proposals and ultimately allow AAI to select the most advantageous
Tender.

10.2. It is essential that Contractors review this section before and during the
preparation of their Tenders, as it includes selection criteria and processes.

10.3. Tenders may contain information or data which the Contractor does not want
disclosed to the public or used by AAI for any other purpose than evaluation of
the Tender. Data so marked will not be disclosed outside the AAI procurement
process without the written permission of the Contractor, except under the
conditions provided in the Contractors restrictions.

10.4. The AAI shall open PreQualification Bids as per scheduled Tender Opening
Date and Time specified in Table 1 of this document. Contractors may remain
present at the venue (to be conducted on the premises of AAI in New Delhi)
during the opening of PreQualification Bid. Schedule date and time of Technical
and Financial bid opening shall be notified to qualified bidders by Email.

10.5. Tender Evaluation


10.5.1. Rejection and Disqualification
10.5.2. Tenders, in which any of the specific and required information is vague,
missing, or incomplete, in any respect, or in which prescribed conditions are
not fulfilled, shall be considered nonresponsive and are liable to be rejected
at the sole discretion of the AAI.

Page 30 of 123
10.5.3. If the Contractor provides incorrect information in the Tender, the AAI
reserves the right to reject such tender at any stage or to cancel the Contract,
if awarded, in which case the AAI will forfeit the Earnest Money Deposit.

10.5.4. The information contained in the Tender should be comprehensive and to the
point. Tenders containing information other than sought, with a motive to
confuse or delay the finalization process, are likely to be rejected.

10.5.5. Canvassing in any form in connection with the Tenders is strictly prohibited,
and Tenders submitted by Contractors who resort to canvassing are liable for
rejection at the sole discretion of AAI.

10.5.6. Should a Contractor 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 may reject the tender or
cancel the contract and forfeit the Earnest Money Deposit.

11. TechnicalEvaluation

11.1. AAI will evaluate the bids to determine whether they are complete, the
documents have been properly signed and the bids are in order. The objective
of the evaluation is to select a Contractor that can provide the desired service
with maximum efficiency and quality and meeting the Technical
Specifications as defined in Part C of this tender notice document.

11.2. AAI will determine the substantial responsiveness of each bid to the tender
documents. For purposes of these clauses, a substantially responsive bid is one
which conforms, to all the terms and conditions of the Bid Documents without
material deviations. AAI's determination of bid's responsiveness is to be based
on the contents of the bid itself without recourse to extrinsic evidence. A bid
determined as substantially nonresponsive may be rejected by AAI.

11.3. The tenders received and accepted will be evaluated by AAI to ascertain the
complete scope contained in the tender document.

11.4. As part of Technical Evaluation of the tenders, the compliance of the offered
equipment to the specifications as stated in Part C, shall be verified from the
technical manuals and documentation of the equipment In case of incomplete
compliance statement or inadequate information, tenders shall be finalised on
the basis of the information available. It will be, therefore, in the Contractors
interest to give complete and comprehensive technical details when
submitting the bid.

Page 31 of 123
11.5. At any time during the Technical Evaluation, AAI may determine that a
compliance level claimed by the Contractor is not supported by the actual text
and may modify the claimed compliance level with a more accurate compliance
level.

11.6. 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 nonresponsive and are liable to be rejected.

11.7. In the evaluation of tenders, the overall quality and economy of the system
offered will be kept in view by AAI.

11.8. Only the Tenders meeting Technical bid criteria as specified herein shall be
informed and considered for opening and evaluation of Financial Bid.
Contractors who had submitted Tenders not meeting Technical bid criteria
shall be informed for not meeting the technical bid criteria.

11.9. AAI may seek clarification on technical details or any other information
deemed necessary. Such queries raised online Central Public Procurement
Portal shall be replied to online positively by the Contractor, within the time
specified. Failing this, the evaluation of said Tender will be done on the basis
of the information available.

11.10. At no cost to AAI, as a part of Technical Evaluation, Contractors participating
in this tender may be required to demonstrate (any or all) operational and
technical requirements or specifications, at a location considered fit by the
Contractor in consultation with AAI.

11.11. Opening of Technical Bids

11.11.1. AAI will inform the schedule date and time of opening of Technical bid to
qualified bidders through email.

12. FinancialEvaluation
12.1. Financial Bids of those Contractors whose Tenders pass the Technical
Evaluation will be opened by the AAI.

12.2. Date of acceptance and opening of tender can be extended on sole discretion
of Executive Director (CNSPlanning).

12.3. 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.

Page 32 of 123
12.4. No correspondence will be accepted from Contractors after the opening of the
Financial Bids until the selection process is completed. The date of opening of
the Financial Bids may be extended at the sole discretion of the Executive
Director (CNSPlanning).

12.5. Evaluation of Financial Bid

12.5.1. The Tenders will be compared on the basis of price quoted by the Contractors
& outcome of Reverse Auction.

12.5.2. 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, will be considered nonresponsive and may be rejected

12.5.3. For the purpose of evaluation of tenders, prices expressed by the Contractor in
a currency other than Indian rupees will be converted into Indian rupees in
The Economic Times on the date of opening of the PreQualification bid.

12.5.4. The Price Bid component of the Financial Bid is for pricing alone. No conditions
whatsoever shall be stipulated in the Price Bid. If any conditions are stipulated
in the Price Bid of the tender, the tender is liable to rejection.

13. AddressforCorrespondence
13.1. All completed tender documents for verification and enquires regarding
clarification/interpretation in connection with this tender, other than etendering
procedures & Technical support, shall be addressed to:

Executive Director (CNSPlanning)
Airports Authority of India
Rajiv Gandhi Bhawan, Safdarjung Airport,
New Delhi 110 003.
Fax:+911124611134
Email: edcnspchqnad@aai.aero
13.2. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI reserves the right to call off process of shortlisting of bidders at any
stage without assigning any reason.
13.3. AAI shall not be responsible for delay/nonreceipt of application/tender document if
bidder fail to upload the Tender in time.

14. AwardofContract
14.1. The acceptance of the Winning Tender will be notified to the successful
Contractor by issuance of a Letter of Intent. On receipt of Letter of Intent, the
successful Contractor shall send a Letter of unconditional Acceptance of the
Page 33 of 123
Letter of Intent to the Executive Director (CNSP) Airports Authority of India,
New Delhi110003 (India) within two working days of the issuance of the
Letter of Intent through Fax, Courier, or by authorized representative, or as
deemed appropriate.
14.2. Failing receipt of the Letter of Unconditional Acceptance in the time specified,
it will be construed that the Contractor is not interested in the offer, and
therefore has chosen to NOT accept the Letter of Intent.
14.3. AAI shall issue the Purchase / Works order to successful bidder after
unconditional acceptance of the LOI. The successful bidder shall return one
copy of Purchase order within three working day as a confirmation to the
acceptance of terms and conditions of Purchase Order duly signed and
stamped by him on each page of the order.

14.4. If awarded the contract, the Foreign Contractor shall provide the Permanent
Account Number (PAN) within 30 days.

14.5. AAI will enter into a formal agreement and contract, signed between AAI and
an authorized person of the successful Contractor, incorporating the agreed
terms and conditions of the Notice Inviting Tenders (NIT) and the purchase
order, the Tender package terms and conditions, corrigenda if any, claims and
demonstrations made at the presentation if any, and clarifications provided by
the Contractor in response to AAI queries.

14.6. AAI shall be the sole judge in the matter of award of contract and the decision
of AAI shall be final and binding.
15. Consignee
15.1. The ordered equipment / items shall be delivered to the port consignee as
mentioned in Annexure III.
15.2. It shall be the responsibility of the Selected Contractor to install/ Supply as per
NIT, the equipment as mentioned in the ultimate consignee indicated in
Annexure III.
15.3. CNSIn charge of the Consignee Airport will issue an Installation Certificate
indicating following
a) Receipt of Material as per Bill of Quantity (BOQ)
b) Completion of Hardware Installation
c) Testing of Installed system will be performed by duly nominated team of
AAI officials.
15.4. In case of Indian Contractor and in case of part supplies from Indian indigenous
sources by a foreign contractor, the ordered equipment / items or the
equipment / items to be supplied by foreign contractor from Indian indigenous
source shall be delivered to the ultimate consignee as mentioned in Annexure
III. Indian contractor shall only raise the bill to AAI for the items sourced from

Page 34 of 123
India. (In case, contractor is not registered in India, no sale Tax/VAT/Service
Tax will be payable to contractor.)
16. ExecutionofWork
16.1. The work program shall be carried out under the supervision of the Incharge
CNS Unit of the Consignee Airports (as mentioned under ultimate consignee) or
the nominated project officer as the case may be, according to the terms and
conditions of the contract.

16.2. Inspection of the works: All material and each part or details of the work shall
be subject to inspection by the CNSInCharge. The CNSInCharge or
authorized representative shall be allowed to access all parts of the work and
required information shall be furnished by the contractors.
16.3. Unacceptable and unauthorized work: All work that does not conform to the
requirements of the contract or specifications will be considered unacceptable
to AAI.
17. ImplementationofIntegrityPact
17.1. Signing of Integrity Pact (AnnexureVII) is mandatory for every bidder
participating in this tender and the contractee who is awarded the work. The
Pact signed on each page by the person authorized by bidder /subcontractor
/associate to sign the bid for submission or the person authorized to sign the
contract on behalf of successful bidder shall be uploaded by the bidder along
with EMD and be enclosed with the agreement by the contractee.

17.2. IP shall be signed on plain papers, which is presigned by tender issuing


authority / contract signing authority.

17.3. All subcontractors / associates whose contribution in the project is Rs.0.50


crores (Rupees Zero point Five crores) or above shall sign Integrity Pact with
the Authority after the work is awarded to the successful bidder. All bidders
shall inform their subcontractors / associates accordingly.

17.4. The Independent External Monitors (IEM) for this work shall be

1. Mr. M.P.Juneja.
Email: mp.juneja@yahoo.com
Mob.: 09811733362

2. Dr. Anup K. Pujari


Email: anup@nic.in
Mob.: 09899210944

17.5. Integrity Pact in downloadable format is available on the AAI's website:


http://www.aai.aero/vigilance/IntegrityPactRevised.zip

Page 35 of 123
17.6. Integrity Pact Programme guidelines may be perused on the AAI's website:
http://www.aai.aero/vigilance/vigilance_Integrity_pact.jsp

17.7. Tender related queries shall be clarified using Contact details mentioned
in para 1.16

18. Declaration
18.1. The General Information and Guidelines given in the Tender Document are
hereby accepted unconditionally and shall be complied with.

Signature of Contractor

Name: .
Telephone:..
Fax:..
Email: ..
Stamp:

























Page 36 of 123
PARTB: TERMS & CONDITIONS
Note:
1. For stating Compliance: Write C in the third column below.
2. For stating NonCompliance: Write NC in the third column below.
3. For stating Partial or Conditional Compliance: Write PC in the third column
below.

S.No. REQUIREMENT Statement
Of
Compliance
&
agreement.
1 Standards&ProvenProduct
1.1. 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.
1.2. The Contractor 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.
1.3. The Equipment/ system/ similar system having same functionalities
/offered for supply should be proven product. It shall be in operation (not as
an evaluation system)
The proof of satisfactory operation of such equipment/ System issued
by the end user agency to be submitted along with tender as mentioned
in Section A para 3.7.
1.4. The offered equipment shall be currently under production and shall be
under supply or shall have been supplied in last seven years.
Details of such supplies/installations having been carried out in the
past seven years shall be submitted along with the PQ bid as stated in
SectionA para 3.6, clearly stating details of contact person of the user
agencies (name & email etc.)
2.0 Time/Delivery&InstallationScheduleandPartSupplies:
2.1 Supply: Within 90 days from the effective date of contract.
Installation: Within 60 days from the date of site readiness given by AAI or
after receipt of material at site.
Training Schedule:
Training: Within 30 days after successful Installation of ADSB Ground
equipment.
Testing of Spares: One set of spares supplied will be tested at Chandigarh
Airport after installation of ADSB Equipment.
Effective date is defined as under:
a. For overseas Contractor: Date of opening of LC subject to submission
of Performance Bank Guarantee within the stipulated period,
otherwise 45 days from the date of acceptance of Purchase Order.

Page 37 of 123
b. For Indian Contractor: Date of acceptance of purchase order.
c. Indian supplies as a part of overseas supply shall be
synchronised with the supplies from Overseas.

d. Date of supply of goods will be taken as indicated on Air way Bill
for overseas supply and Gatepass (for Incountry supplies )
2.2 The supply of HWgoods ordered should be fully completed within One
shipments within the stipulated delivery schedule. The sets supplied in
shipment should be complete in all respects.
3 LiquidatedDamages
3.1 In case of delay in completion of the contract, liquidated damages (L.D.) shall
be levied at 1% of full value of 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. If the uncompleted work, restricts the operation of complete
system than LD shall be applicable to total value of contract with Approval of
ED (CNSP). In case of delay in installation of equipment at site beyond
stipulated time, LD shall be applicable on cost of the equipment including
cost of Installation, testing and commissioning.
3.2 Delay in any stage of work (Supply, Installation & Training) shall invite L.D.
according to value of the activity as defined above at 3.1. In case of delay in
Installation, Testing and Training of ADSB at some Airports then LD shall be
calculated on per system basis and it shall not be linked with the value of
complete supply.
3.3 AAI, if satisfied, that the works can be completed by the contractor 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 will be entitled without prejudice
to any other right or remedy available in that behalf, to recover from the
contractor an agreed compensation amount calculated at 1% of the total
value of the uncompleted portion of work per week or part there of subject
to a maximum of 10% of total contract value.
3.4 No, LD shall be applicable for partial hand over of site by AAI.

4 Time:TheEssenceofContract.
4.1 The time and date of completion of the works as contained in the Contractors
proposal and as agreed to contractually after modifications, if any, shall be
final and binding upon the Contractor. It must be understood that the
Contractor has made the proposal after fully considering all such factors
which may have any bearing on the time schedule of the contract, and no
extension in the schedule whatsoever shall be permitted on these accounts
by AAI.
5 Delay&NonConformance
5.1 In case of time schedule including approved delay with or without levy of
liquidated damages for late delivery of equipment or late completion of SITC
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 procure the goods

Page 38 of 123
elsewhere in which case the successful Contractor shall make good the
difference in the cost of goods procured elsewhere and price set forth in the
order with the successful Contractor.
5.2 In the event of rejection of nonconforming goods, the successful Contractor
shall be allowed to correct the nonconformities without extension in
delivery period. If successful Contractor fails to do so within the stipulated
time, the purchaser shall have the right to take recourse to 5.1.
6 DeductionsfromContractPrice
6.1 All costs, damages or expenses which the AAI may have paid, for which under
the contract the Contractor is liable, will be claimed by the AAI. All such
claims shall be billed by the AAI to the Contractor regularly as and when they
fall due. Such bill shall be supported by appropriate and certified vouchers
or explanations to enable the Contractor to properly identify within fifteen
days of the receipt of the corresponding bills and if not paid by the Contractor
within said period, the AAI may then deduct the amount from any money due
or becoming due to the Contractor under the contract or may be recovered
by actions of Law or otherwise, if the Contractor fails to satisfy the AAI of
such claims.
7 RighttoAcceptorRejecttheTenders
7.1 The right to accept the tender in full or in part/parts will 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.
7.2 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 are liable to be rejected.
8 TerminationofContractatPurchasersInitiative
8.1 The AAI reserves the right to terminate the contract either in part or in full
due to the reasons other than specified herein. The AAI shall in such an event
give 15 days notice in writing to the Contractor of their decision to do so.
8.2 The Contractor upon receipt of such notice 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 work terminated and 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 EarnestMoneyDeposit(EMD)
9.1 Each tender must submit the earnest money, as indicated in the eligibility
criteria, from a Nationalized/Scheduled Bank (as per RBI Schedule) having
office in India, in the prescribed Performa as per AnnexureVI.
Tenders not accompanied by the requisite EMD or proof of exemption from
EMD shall be rejected.
9.2 EMD Bank Guarantee shall be valid for a period of six months from the
notified date of opening of the tender In case of any extension of tender
opening date; Contractor shall arrange to extend validity of such EMD Bank
Guarantee, suitably, within two weeks of tender opening.
Page 39 of 123
9.3 The EMD of all unsuccessful Contractors will be returned only after the
contract has been awarded to the successful Contractor (whose EMD will be
retained).
9.4 EMD shall be refunded to Contractors who fail to qualify PQ/Technical
qualification criteria immediately after PQ/Technical evaluation report is
accepted.
9.5 The EMD of the successful Contractor will be returned only after the
successful Contractor submits the performance guarantee in the prescribed
Performa, as required in Para 10 of this section.
9.6 If the successful Contractor fails to submit the performance bank guarantee
and fails to enter into a contract with AAI within 30 calendar days after the
date of acceptance of P.O., the EMD amount shall be forfeited and purchase
order shall be cancelled.
9.7 No interest or any other expenses, whatsoever, will be payable by AAI on the
EMD in any manner.
10 PerformanceBankGuarantee
10.1 The Contractor, whose tender is accepted, shall within 30 calendar days of
the date of acceptance of purchase order, shall submit unqualified
performance guarantee of 10% (Ten Per Cent) of the total price to AAI in the
form of an irrevocable and unconditional bank guarantee on a Nationalized
/ Scheduled Bank, as per Proforma attached as Annexure IV.
10.2 In case the Contractor fails to submit the PBG within stipulated period,
interest at 12% p.a. on Performance Guarantee amount would be levied
(nonrefundable) for delayed period of submission and shall be deducted
from EMD or from amount payable to bidder.
In case successful bidder fails to submit performance bank guarantee within
60 days, AAI reserves the right to forfeit EMD and cancel the order.
10.3 The Performance Guarantee shall be valid for 6 months beyond the warranty
period as per Para 16 of SectionB or shall remain valid as per provisional
extension granted by AAI. If the agency fails to extend the validity of the
Performance Guarantee, the same shall be encashed by AAI with or without
notice.
10.4 The guarantee amount shall be payable to AAI without any condition
whatsoever and the guarantee shall be irrevocable.
10.5 The performance guarantee shall be deemed to govern the following
guarantees from the successful Contractor, in addition to the other
provisions of the guarantee.
10.6 The successful and satisfactory operation of the equipment supplied shall be
in accordance with the specifications and other relevant documents.
10.7 The equipment supplied shall be free from all defects of design, material and
workmanship and upon written notice from AAI, the successful Contractor
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.
10.8 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.
10.9 The performance guarantee will be returned to the successful Contractor at
Page 40 of 123
the end of the period of liability without interest.
10.10 AcceptanceofPBGasperCVCGuidelines

The following methods for verification may be considered:


a) Getting confirmation through digitally signed secured emails from
issuing Banks;
b) Online verification of Company portal with user ID and password
followed by 2nd stage authentication system generated One Time
Password (OTP) on portal for reconfirmation;
c) Email confirmation followed by 2nd stage authentication by system
generated SMS through registered mobile and reconfirmation
through SMS to the verifying officer.

Anyone or more of the above methods may be adopted for ensuring


genuineness of BGs, which is compatible with the guidelines of
Banks/Reserve Bank of India.

Or

Use of Structured Financial Messaging System (SFMS) for Confirmation of
PBG from issuing bank to AAI Bank.

11 ForceMajeure
11.1 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 contractor's control, subject to what is stated in the following sub
paragraphs and to the procedures detailed there in being followed. Force
majeure is defined as an event of effect that cannot reasonably be anticipated
such as acts of God (like earthquakes, floods, storms, etc.), acts of states, the
direct and indirect consequences of wars (declared or un declared),
hostilities, national emergencies, civil commotions and strikes (only those
which exceed a duration of ten continuous days) at successful Contractors
factory. The successful Contractors right to an extension of the time limit
for completion of the work in above mentioned cases is subject to the
following procedures:
11.2 That within 10 days after the occurrence of a case of force majeure but before
the expiry of the stipulated date of completion, the Contractor informs the
AAI in writing that the Contractor considers himself entitled to an extension
of the time limit.
11.3 That the Successful Contractor 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.
11.4 That the Successful Contractor proves that the said conditions have actually
been interfered with the carrying out of the Contract.
11.5 That the Successful Contractor proves that the delay occurred is not due to
his own action or lack of action.

Page 41 of 123
11.6 Apart from the extension of the time limit, force majeure does not entitle the
successful Contractor for any relaxation or to any compensation of damage
or loss suffered.
12 DisputeResolution,Arbitration&Jurisdiction
12.1 Ifanydisputeofanykindwhatsoeverarisesbetweentheauthority(AAI)
and contractor in connection with or arising out of contract or the
execution of works, whether during execution of works or after their
completionandwhetherbeforeoraftertherepudiationorterminationof
contract, including any disagreement by either party with any action,
opinion,instructiondetermination,certificateorvaluationofengineer;the
matterindisputeshallinfirstplace,bereferredtotheDisputeResolution
committee(DRC)appointedbyChairman,AAI.
12.2 DRCthusconstitutedmayactasconciliatorandwillbeguidedby
principlesofconciliationasincludedinpartIIIofArbitration&
conciliationAct1996.DRCshouldtakeintoconsideration,rightsand
obligationsofparties,usagetotradeconcernedandcircumstances
surroundingthedispute(s),includinganypreviousbusinesspractices
betweenparties.EffortsofDRCshouldbetocometoanamicable
settlementofoutstandingdisputes.Ifpartiesagreeawrittensettlement
willbedrawnupandsignedbytheparties.DRCwillauthenticatethe
settlementagreementandfurnishacopytoeachparty.
12.3 DRCwillgiveitsreportwithinFORTYFIVEdaysofitsconstitution.
12.4 IfthedisputebetweenthepartiesisnotresolvedbytheDRC,then
mattershallbereferredtoasolearbitratortobeappointedbythe
Chairman,AirportsAuthorityofIndiainaccordancetotheprovisionsof
TheArbitrationandConciliationAct,1996ofIndia.Thegoverninglawwill
beIndianLawandtheawardofthearbitratorshallbefinalandbinding
ontheparties.ThevenueofthearbitrationshallbeatNewDelhi.
12.5 Allquestions,disputesordifferencearisingunderandoutof,in
connectionwiththecontractifconcludedshallifrequiredtobereferred
toanycourtoflaw,bereferredtothecourtsinIndiaatNewDelhiand
thesaidcourtshallhavejurisdictionanddecidemattersaccordingtothe
lawsofIndia.
13 Price
13.1 The Contractor shall confirm that quoted prices shall be firm and fixed and
subject to no escalation whatsoever during the validity period of the tender.

13.2 For the Contractors quoting in foreign currency, the conversion rate of
foreign exchange will be taken as the exchange rate on the date of opening
of tender PQQ in the Economics Times on the day of opening PQQ bid for
the purpose of Evaluation.
13.3 Hardware cost:

13.3.1 Contractor shall indicate the cost of the imported hardware items in
Page 42 of 123
foreign currency or in INR and cost of the items supplied from India
in INR only.
13.3.2 Foreign Contractors shall indicate the cost of hardware from Indian
sources in INR.
13.3.3 In case overseas Contractor intends to supply some item from India
then Contractor shall clearly indicate in his price bid, the name of
Indian Contractor, cost of the item in INR along with statutory taxes
(such as Sales Tax/VAT/Excise duty, etc.). Payment shall be made to
Indian Contractor directly in INR by AAI against the invoice produced
by Indian Contractor and endorsed by Principal Contractor.
Purchase order to the successful Contractor shall clearly indicate the
name of the Indian Contractor, cost of the items to be supplied from
Indian market with applicable taxes to be paid in INR directly to
Indian Contractor. Contractor shall give undertaking that in case the
Indian Contractor raises any dispute and financial claim against AAI,
the same will be dealt by the Principal Contractor at his own risk and
cost. Or payment can also be made to Principal Contractor directly
but in INR on producing proof towards payment of Sale Tax/VAT etc.
provided Contractor fulfils all the requirement of Indian Bankers for
flow of payment in INR.
13.3.4 Indian bidder shall quote the cost of Hardware in INR only.
13.3.5 In case, Indian supplier indents to supply items from outside
India then Indian bidder shall import the items in the name of
AAI. Indian bidder shall clearly indicate the cost of imported
item, cost of freight and insurance upto an Indian port, custom
duty on such item in INR. Under such condition High Sea sale
will be followed.
AAI shall make the payment towards custom duty in the form
of EPCG License under Serve From India Scheme subject to
maximum value quoted by the bidder. Any additional custom
duty shall be on account of bidder and will be adjusted from his
Invoice. In case, custom duty is paid by bidder after receiving
approval from AAI then Bidder will be paid in INR against the
invoice raised by him enclosing the bill of entry.
13.4 Software Cost:
13.4.1 Foreign Contractors shall indicate the cost of software in Foreign
Currency or in INR.
13.4.2 Foreign Contractors shall indicate the cost of software from Indian
sources in INR.
13.4.3 In case, overseas Contractor intends to supply software from India
then they should indicate name of the Indian Contractor. Payment
shall be made to Indian Contractor directly in INR by AAI against the
invoice produced by Indian Contractor and endorsed by principle
Contractor. Purchase order to the successful Contractor shall clearly
indicate the name of the Indian Contractor. Contractor shall give

Page 43 of 123
undertaking that in case the Indian Contractor raises any dispute and
financial claim against AAI, the same will be dealt by the foreign
Contractor at his own risk and cost Or payment can also be made to
Principal Contractor directly but in INR on the production proof
towards payment of Indian Taxes provided Contractor fulfils all the
requirement of Indian Bankers for flow of payment in INR.
13.4.4 Indian bidder shall quote the cost of Software in INR only
13.3.6 In case, Indian supplier indents to supply Software from
outside India then Indian bidder shall import the software in
the name of AAI. Indian bidder shall clearly indicate the cost of
imported software, cost of freight and insurance upto an Indian
port, custom duty on such item in INR.
13.4.5 AAI shall make the payment towards custom duty in the form of
EPCG License under Serve from India Scheme subject to
maximum value quoted by the bidder. Any additional custom
duty shall be on account of bidder and will be adjusted from his
Invoice. In case, custom duty is paid by bidder after receiving
approval from AAI then Bidder will be paid in INR against the
invoice raised by him enclosing the bill of entry.
13.5 Cost of Installation, Testing and commissioning:

13.5.1 Overseas Contractor shall indicate cost of installation, testing and
commissioning in foreign currency or in INR if the same is being
undertaken by the manpower employed from overseas.
13.5.2 Overseas Contractor shall indicate cost of the installation, testing &
commissioning in INR if the same is being undertaken by the
manpower employed by his authorized agent. Payment shall also be
made directly to Indian agent in INR against his Invoice indicating
service Tax number duly endorsed by principle Contractor and AAI
shall obtain the Central ValueAdded Tax (CENVAT) benefit towards
service Tax on production of Service Tax challan.
13.5.3 Overseas Contractor may provide part of the services while carrying
out installation, testing and commissioning through his authorized
Indian agent and remaining part through his own manpower
employed overseas. Contractor shall clearly indicate the cost
component of services provided through his own manpower in
foreign currency or in INR or through his Indian agent in INR
separately.
13.5.4 Indian Bidders shall indicate cost of Installation, Testing and Training
in INR.
13.6 Cost of Training

13.6.1 Foreign Contractor shall quote cost of trainings to be imparted at two
Airport in foreign currency or INR if the same is imparted by the
manpower employed from overseas.
13.6.3 Foreign Contractor shall indicate cost of the training to be imparted
Page 44 of 123
in INR if the same is being undertaken by the training faculty
employed by his authorized agent. Payment shall also be made
directly to Indian agent in INR against his Invoice indicating service
Tax number duly endorsed by Principal Contractor and AAI shall
obtain the CENVAT benefit towards service Tax.
13.6.4 Training charges by Indian Contractor shall be indicated in INR.
13.7 Cost of Spares:
(i) Composite cost of spares indicated in financial bid shall be for
one set of ADSB Ground system only.
(ii) The composite cost of spares indicated in financial bid shall be
equal to the line item cost of comprehensive spares indicated in
the comprehensive list of spares in AnnexureIIB.
(iii) Cost of comprehensive list spares of the Equipment stripping
down versions shall be uploaded along with financial bid as per
AnnexureIIB. Cost of spares indicated in Annexure IIB shall be
exclusive of Custom duty, Freight & Insurance, custom clearance
charges etc. AAI may purchase additional spares in future .The
cost shall be valid for procurement for next 3 years.
(iv) In case any of the module/card/item fails within warranty of
equipmentandthecostofsamenotindicatedinthecomprehensive
list of spares as mentioned above then the supplier shall have to
supply two (2) numbers of that Module/Card/Item in addition to
repairing/replacingthefailedModule/card/ItemfreeofcosttoAAI.
13.8 Cost of Freight and Insurance

13.8.1 The Overseas Contractor must indicate the freight & insurance
charges of entire supply by Air from the country of dispatch to 10
Airports as assigned in AnnexureIII Total freight and insurance
charges for entire supply must be indicated in the pricing schedule
and will be taken for the purpose of price comparison.
13.8.2 Indian Contractors shall quote the price in Indian Rupees for freight
& insurance charges from exworks to the ultimate consignee in the
pricing schedule along with other statutory taxes like Excise duty,
Sales Tax etc.

13.8.3 Successful Contractor is responsible for delivering the items upto
ultimate consignee and he shall make his own arrangement for
obtaining custom clearance, Road permits/entry passes for
transporting the system to ultimate Consignee Airport, however,
AAI will provide the requisite documents for obtaining road permits
i.e copy of purchase order, authorization letter etc. Nothing extra
shall be paid by AAI.
13.9 Custom duty :

13.9.1 Contractor shall quote the custom duty on Hardware and
Software as per the applicable rate.

Page 45 of 123
13.9.2 The imported material shall be imported in the name of Airports
Authority of India (AAI) to avail benefits of SERVED FROM INDIA
SCHEME and insurance policy shall be in the name of AAI. The
successful Contractor shall not make payment to customs authority
directly for items mentioned above, as AAI has Customs duty
entitlement certificates issued under the SERVED FROM INDIA
SCHEME by the Director General of Foreign Policies under foreign
trade policy act 20042009. Hence, the Contractor is required to
make all documentation for importing in such a way which is
acceptable to Customs Authorities for utilizing the entitlement
certificates by AAI. The amount of customs duty entitlement EPCG
License used/ issued under this scheme shall be deducted from
contractors bill.
13.9.3 In case the Custom duty entitlement license under the above
mentioned scheme is not accepted for any reason by the Custom
Authorities, the Custom duty shall be paid by the Contractor, after
obtaining approval from AAI, to the Custom Department directly. In
the event of contractor paying customs duty directly to custom
department, the contractor shall submit the proof of customs duty
paid for imported items to AAI and will be reimbursed by AAI.
13.9.4 Contractor shall also be responsible for custom clearance. Custom
duty will be restricted to a value quoted by Contractor but paid as
per actual in the form of EPCG License under Serve from India
scheme directly by AAI. Custom duty more than the quoted value
will be adjusted from Invoices submitted for payments.
13.9.5 Any increase or decrease of custom duty at the time of clearance of
consignment due to reclassification or amendment to custom duty
tariff will be on account of AAI but any increase in custom duty
charged by custom Authorities due to noninclusion of item for the
purpose of custom duty or quoting under wrong head shall be on
account of Contractor.
13.9.6 Successful Contractor is responsible for getting the consignment
custom clear. Successful Contractor shall obtain all the relevant
documents from AAI thirty (30) days in advance to avoid any hassles
at the time getting the consignment custom cleared. Any demurrage
shall be on account of Contractor.
13.9.7 Custom duty shall be quoted in the same currency in which imported
items are quoted which will be converted into INR at an exchange
rate applicable on the day of opening of PQ bid for the purpose of
financial evaluation. Quoted Custom duty will be converted into INR
at an exchange rate indicated on Bill of Entry for the purpose of
recovery/claims.

13.10 Custom handling and clearing charges:



13.10.1 Contractor shall indicate the custom handling and clearing charges
in INR or in foreign currency and payment shall also be made either
to the Contractor or its authorized custom clearing agent as per the
Page 46 of 123
quoted value by Contractor.

13.11 Service Tax:


13.11.1 As per CENVAT Credit rules2004 the service tax paid by AAI for
Installation, Testing & Commissioning of various Capital equipment
cost in India are claimed as 100% CENVAT credit while discharging
AAIs own service tax liability under the head Airport service and
will be reimbursed by AAI against proof of payment in form of
Service Tax Challan. All prices indicated in price bid shall be
exclusive of Service Tax.Service Tax will be reimbursed on
production of service Tax challan.
OR
13.11.2 Otherwise AAI shall calculate the Service Tax on the cost of Services
rendered to AAI and deposit to Government of India.
13.11.3 In case, any overseas Contractors not having Service Tax number in
India, is obtaining the services of Indian agent then Contractor is
responsible for paying Service Tax directly to its Indian agent and
the same cannot be charged from AAI or otherwise Contractor shall
indicate the name of Indian agent with his service Tax number who
will provide the services on behalf of Contractor. Contractor shall
give undertaking that in case the Indian Service Provider raises any
dispute and financial claim against AAI , the same will be dealt by
the foreign Contractor at his own risk and cost. AAI shall reimburse
service tax directly to Indian agent in INR against his Invoice
indicating service Tax number duly endorsed by principal
Contractor and obtain the CENVAT benefit towards service Tax.
13.12 Sale Tax/VAT/Excise duty:
Contractor shall indicate cost of items to be supplied from India inclusive of
Excise duty, Sales Tax, VAT etc. in INR. Payment shall also be made in INR on
the items supplied from India and payment shall be made either to the
Contractor or its authorized Indian agent on production of proof of payment
of Taxes.
13.13 Other charges like Loading/Unloading charges / Factory acceptance I
charges etc.:
Contractor shall indicate the Loading/Unloading charges and payment shall
be made either to the Contractor or its authorized Indian agent. Contractor
shall indicate Factory acceptance charges either in INR or in Foreign
currency. In case, AAI decides to waiveoff Factory acceptance test then the
cost of FAT will be deducted from overall cost of contract.
13.14 Octroi/Entry Tax
AAI shall reimburse the Octroi/Entry Tax as per actuals shall also be made
either to bidders or its authorized Indian agent. However, Bidder shall make
his own arrangement for obtaining Road permit. AAI will provide the
required document in advance.
13.15 Prices quoted by the Contractor shall be upto destination:
Price quoted shall be inclusive of cost of equipment (Hardware and software,
Training, installation, testing & commissioning) all taxes and duties
applicable in country of origin and in India. All the overseas taxes, overseas
Page 47 of 123
freight & insurance, handling charges, inland freight and insurance, all
applicable inland taxes in India such as all components of custom duty,
Excise duty , Sale Tax, VAT, work contract Tax, labour cess, custom clearance
charges etc. shall be included. Quoted price shall be exclusive of Service
Tax.
13.16 Contractor must send the Invoice, packing list etc. at least 30 days in advance
before the dispatch of consignment for the purpose of verification to avoid
any delay in custom clearance. Any discrepancy in papers will result in delay
in verifying the invoices and packing list and AAI shall not be responsible for
such delay. Any demurrage on this account shall be borne by successful
Contractor.

13.17 Contractor must complete all the documents well in advance for the purpose
of custom clearance. AAI will arrange the DGFT import license and WPC
clearance, if required.

13.18 Bidder has to mention the prices strictly as per the format of the price
schedule AnnexureI. Prices quoted in AnnexureI only will be considered
for price comparison.

13.19 The imported material shall be imported in the name of Airports Authority
of India (AAI) to avail benefits of SERVED FROM INDIA SCHEME and
insurance policy shall be in the name of AAI.

13.20 Detailed List of deliverables (Bill Of Quantity) with Part No., Make & Model
number of equipment and accessories offered fully meeting the operational
and technical requirement as spelt out in SectionC of tender shall be
uploaded with Technical bid. The above detailed list of deliverables should
also be submitted along with the soft copy of Technical Bid without
indicating price.
14 ValidityofTender
14.1 The tender must remain valid for a minimum of 180 days from the last date
of submission of tender closing of the tender.
15 PaymentTerms
15.1 Payment to the Contractor shall be made in the following manner:
15.1.1 For Foreign Supplies: (Payment through Letter of Credit.)
Letter of Credit shall be opened upon submission of PBG. In case of
foreign supply of material, AAI shall open LC for the amount
equivalent to 100% of the quoted value by Contractor against
supply of imported items and services from overseas. The LC
charges shall be payable by AAI in India and by the Contractor
outside India.
a) Foreign Contractors quoting in foreign currency for overseas
supplies and services: Foreign Contractors are allowed to quote in
foreign currency for the imported items/services. AAI will make the
payment in foreign currency as per quoted price by the Contractor
in foreign currency for imported items/services subject to any
adjustment as per clauses relating to custom duty, payments etc.
However, Contractor shall quote in INR for the supplies to be made

Page 48 of 123
from India and AAI shall also pay in INR for such supplies directly
to Indian Contractor against his Invoice duly endorsed by Principal
Contractor on receipt of items in good condition. Payment to Indian
Contractor / service provider on behalf of his Principal Contractor
shall be construed as full discharge of AAI obligation to foreign
Contractor as per agreement. Principal Contractor has to give an
undertaking that in case the Indian Contractor raises any dispute
and financial claim against AAI, the same will be dealt by the foreign
Contractor at his own risk and cost without any liability to AAI
payment can also be made to Principal Contractor directly but in
INR on producing proof towards payment of Sale Tax / VAT etc.
provided Contractor fulfils all the requirement of Indian Banker.
b) Foreign Contractors quoting in INR:
In case, Foreign Contractors quoting in INR, then LC shall be opened
in any major convertible currency or in INR as per request of
Contractor.
i) Letter of Credit opened in INR: Contractor has to ensure that
overseas banker fulfils all statutory requirement connected with the
flow of payments.
ii) Letter of Credit opened in Foreign currency: To calculate
equivalent foreign currency equivalent to INR value quoted by
Contractor, the currency conversion rate applicable on the date of
opening of LC shall be taken. The total amount payable shall be firm
in Indian rupees as per bid of the contractor. Therefore, any
fluctuation in the exchange rate shall be on the account of Contractor
in case prices are quoted in INR for foreign supplies. However, AAI
shall pay in INR for supplies made from India.
c) Payments
i) 60% of hardware cost and Software cost of LC amount for supply
of imported items & accessories, 100% of Overseas Freight &
Insurance if paid by Contractor and 100% custom duty (directly
to Custom Authorities) against the submission of following
documents in ORIGINAL confirming dispatch of items of the
following:
1. Invoice + 2 copies
2. Itemized Packing list + 2 copies
3. Air Way Bill + 2 copies as proof of dispatch of
equipment/items
4. Certificate for Country of origin
5. Certificate of Factory Acceptance Test issued by authorized
representative of AAI
6. Proof of receipt of items at consignee for supplies made from
India in packed good condition. (In case payment is through
LC to Principal Contractor in INR.)
ii) Balance amount of purchase order price for supply of goods and
accessories, 100% of inland freight & Insurance, Taxes,
Page 49 of 123
Installation, commissioning & testing and Training will be paid
on successful completion of Installation, commissioning, Site
Acceptance test and Successful completion of Training against
submission of the following documents in ORIGINAL:
1. Invoice + 2 copies
2. Certificate of completion of Installation, commissioning.
Testing and Training issued by authorized representative of
AAI.
d) Payment 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
as per laws and purchase order.
e) ED (CNSP) reserves the right to release/hold the partial payment
depending on the completed or uncompleted activities.
15.1.2 For Indian Supplier :
i) 60% of purchase order price for supply of equipment and
accessories supplied from Indian indigenous source including
documentation,100% of freight and insurance, taxes and duties
against receipt of goods at site in good condition on submission of
the following documents in ORIGINAL
a) Invoice + 2 copies
b) Itemized Packing list + 2 copies
c) Certificate of Factory Acceptance Test issued by authorized
representative of AAI.
d) Proof of dispatch of equipment / items
e) Certificate of goods received at site in physically good condition.

ii) 40% of purchase order price for supply of equipment &
accessories, 100% Installation (including cabling
etc.),commissioning and training charges, upon successful
completion of the above mentioned activities, against submission of
the following documents in ORIGINAL:
a) Invoice + 2 copies
b) Certificate of completion of Installation, commissioning and
Training, issued by authorized representative of AAI.
c) In case of supply only tenders, Certificate of completion of
training & testing, issued by authorized representative of AAI.
15.1.3 For Indian indigenous items as part of Foreign supplies:
i) In case of foreign Contractor offers part supplies from Indian
indigenous source, 60% of purchase order price for supply of
equipment and accessories supplied from Indian indigenous
source including documentation in INR, 100% of applicable taxes
and duties on Indian indigenous part & freight and insurance,
against receipt of goods at site in good condition on submission of
the following documents in original. Such payment shall be made
in INR and direct to Indian Contractor. In case, Contractor ready

Page 50 of 123
to accept the payment in INR, the same can be made through LC.
1. Invoice + 2 copies
2. Itemized Packing list + 2 copies
3. Certificate of Factory Acceptance Test issued by authorized
representative of AAI.
4. Proof of dispatch of equipment / items
5. Certificate of goods received at site in physically good
condition.

ii) Balance of purchase order price for supply of equipment &
accessories supplied from Indian indigenous source including
documentation in INR, 100% Installation (including cabling etc.),
commissioning & training charges, upon successful completion of
the above mentioned activities, against submission of the
following documents in ORIGINAL:

1. Invoice + 2 copies.
2. Certificate of completion of Installation,
commissioning and Training (of Indian indigenous
component), issued by authorized representative of AAI.

iii)ED (CNSP) reserves the right to release/hold the partial payment
depending on the completed or uncompleted activities.

16 Guarantee/Warranty
16.1 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 must be obtained before
any work against the order is commenced. All materials furnished by the
successful Contractor 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 successful Contractor and
its workmanship should be of proper quality so as to fulfil in all respects, the
operating conditions and other requirements specified in the order.
16.2 If any trouble or defect originating from the design, materials, workmanship
or operating characteristic of any materials arise at any time prior to 12
months from Successful Site Acceptance Test the Contractor is notified
thereof, the Contractor at his own expense (including freight, duty and
customs for items sent for repair) and at no cost to AAI, as promptly as
possible make such alterations, repairs and replacements at the site as may
be necessary to permit facilitate the functioning of the equipment in
accordance with the specifications. The warranty period of repaired or
replaced goods shall be extended for a period equal to the turnaround time
(out of service period).
16.3 In the event that the materials supplied do not meet the specifications and/or
Page 51 of 123
are not in accordance with the drawings, data sheets and rectification as
required at site, AAI shall inform the Contractor giving full details of
deficiencies. The Contractor 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 shall be made by the Contractor free of all charges at site
including freight, insurance and other incidental charges.
16.4 Successful Contractor shall repair the unserviceable items failed during the
warranty period within turnaround time of 90 days (for foreign Contractors)
and 30 days (for Indian Contractors). Turnaround period is defined as the
time period between the unserviceable item received by the Contractor in
factory and time when serviceable item is dispatched from the factory. Any
delay in repairing the unserviceable card shall attract LD which shall be
deducted from the performance Bank Guarantee.
16.5 LD due to delay in repairing item during warranty shall be calculated as
follows:
a) (Average delay in repairing one module) is equal to total number of
days of delay, beyond turn around, in repairing unserviceable items
during warranty period divided by total number of items repaired
during warranty period.
b) (Value of performance Bank guarantee/300 )
c) (value to be recovered) = a x b
Maximum value of recovery shall not be more than 50% of value of
performance Bank Guarantee towards delay in warranty repair.
d) Remaining 50 % value of Performance Bank guarantee can be
recovered towards nonperformance of equipment as per tender
condition/scope of the contract. Case for such recovery shall be
initiated at least two months in advance before the expiry of
Performance Bank Guarantee by the OfficerInCharge of station
where equipment/System is installed. Case shall be forwarded to
CHQ for recovery action by clearly indicating the nonperformance
issue and the response of the supplier of the equipment/System.
Final decision on the matter will be of ED (CNSP) in case of new
equipment and of ED (CNSOM) in case of maintenance contracts.
e) Supplier shall issue a repair certificate after every repair of
unserviceable item indicating cause of failure and turnaround time
for the purpose of calculating LD due to delay in repair during
warranty.
16.6 During the warranty period Contractor shall provide remote Technical and
Operational support on 24 hours basis through telephone and email.
16.7 AAI reserves the right to encash complete value of performance Bank
guarantee if the performance of equipment/system is not satisfactorily
without assigning any reason.
Page 52 of 123
16.8 During warranty period, the contractor shall provide free replacement of any
defective items of the equipment supplied against this work.
16.9 Contractor shall also supply one complete set of spares indicated in
comprehensive list of spares along with 10 nos of ADSB System. These
spares will be tested at Chandigarh Airport after the successful installation
of ADSB Ground equipment.
17 FactoryInspectionandFactoryAcceptanceTest(FAT)
17.1 Factory inspection of complete equipment shall be made by Inspectors
nominated by AAI. Their travel, boarding and lodging expenses will be borne
by AAI.
17.2 The Contractor shall give 30 days written notice of readiness of any material
for the purpose of FAT as defined in Section C
a) The Contractor shall develop test procedures for the FAT. The FAT
test procedures shall be delivered 30 days in advance of FAT
conduct, for AAI approval. The test procedures shall include all
the critical and major TENDER requirement and shall clearly
indicate the traceability matrix with reference to each
specification. FAT procedures shall include most of the
operational requirement that can be tested in a simulated
environment. The Contractor shall conduct the FAT on an
integrated system using the AAI approved test procedures. AAI
reserves the right to add additional test procedures which shall be
mutually agreed with contractor. The contract shall send an
invitation to AAI FAT team for conduct of FATs within 15 days
after approval of FAT procedures by AAI. FAT shall be completed
within 60 days after submission of FAT document to AAI. The FAT
shall prove that the procured systems meet all major system
requirements as approved in the SRR and revised by subsequently
approved Engineering Change Proposals (ECPs).

b) The FAT shall be conducted using the hardware and software to


be delivered using the latest system configuration.
Representatives of the AAI will attend and participate in test
procedure execution during the FAT. The Contractor shall provide
all necessary test equipment, tools and instruments for the FAT.
The Contractor shall provide all necessary simulators and test
platforms required to execute the validation of the system
requirements during the FAT.
c) Where possible, the Contractor shall conduct operational
performance tests with simulated workload approved by the AAI

Page 53 of 123
that will stress the segment under test to the limits of its design
capability. The test shall be run for a period of one (1) hour at a
sustained peak traffic load as defined by the performance
workloads after stabilization of the traffic load. System resource
utilization and response time figures specified in the TSP shall be
verified as part of the operational performance tests. Response
times shall be reported in mean, 99th percentile and maximum
figures.


d) After the FAT conduct completion, the Contractor shall generate a
test report which shall be mutually reviewed between Contractor
and AAI team. The AAIs approval of the test report signifies
successful completion of the FAT. FAT Inspectors may observe
some Test failure or some observations. Such observation or
failure will be examined by AAI FAT team and may declare system
acceptable or not acceptable based on the following pass/fail
criteria:
i) Critical category anomalies: Critical Category Anomalies are
defined as anomalies having major operational impact on the
system.
ii) Medium category anomalies: Medium category anomalies
are defined as anomalies related to functionalities requiring
minor software modification or site adaptation. The anomalies
related to specific document or maintenance tools requirement
shall also fall under this category.
iii) Low category anomalies: Low category anomalies are
defined as anomalies related to HMI / User interfaces and are of
Low operational impact. Any improvement required in supplied
documents or maintenance tools shall also fall under this
category.
e) If there are no Critical category anomaly, FAT shall be declared
passed and AAI Test Director shall sign the FAT certificate
accordingly.
If there are Critical category anomalies, FAT shall be declared
failed and Contractor is responsible for fixing these anomalies.
In this case,
AAI reserves the right to ask contractor to rerun those test and close
observations made by AAI FAT team before dispatch of equipment.
Quality Control Department of Vendor shall certify closure of
observation made by AAI team. Only after successful FAT, the
Contractor may deliver the equipment to the installation site.

Page 54 of 123
17.3 The inspector shall as soon as possible, but not exceeding 5 working days
from the date of completion of inspection, give notice in writing to the
Contractor of any deficiency in the equipment or workmanship, which in his
opinion is not in accordance with the contract. The Contractor shall give due
consideration to such objections and shall carry out repairs that may be
necessary to correct the said objections. After, the factory test has been
completed at Contractors works, the inspector shall issue a certificate to this
effect after conducting supplementary FAT (for which the to and fro travel
expenses and boarding and lodging expenses to be borne by the Contractor)
as soon as possible, but not exceeding 5 days after completion of the test.
17.4 The completion of these tests or issue of certificate by the inspector shall not
bind AAI to accept the equipment should the equipment, after installation, be
found not complying with the specifications stipulated in the contract.
17.5 AAI will communicate in writing to the Contractor, in case it does not depute
the inspector(s) for Factory Acceptance Tests and in such case the inspection
certificate, issued by the Quality Control Department of the manufacturer
will be considered for acceptance of equipment by AAI.
17.6 The certificate issued by the Quality Control Department, complete with all
test results as contained in the FAT Document, shall be sent to ED (CNS
Planning) immediately after receiving the advice from AAI that no inspector
is being deputed for FAT. Acceptance of this certificate and advice for
dispatch of equipment shall be issued by AAI within 10 days of the receipt of
the certificate. If no advice is received from AAI within 10 days of receipt of
certificate by them, the certificate may be deemed accepted and equipment
may be dispatched.
17.7 In case AAI decides to waive off Factory Acceptance Test at overseas then the
cost component of conducting FAT shall be reduced from the overall cost of
contract.
18 SiteAcceptanceTest(SAT)&Commissioning
18.1 It will be the responsibility of the vendor to submit the system test procedure
for conducting the post installation site acceptance testing. The procedure
submitted by the vendor should be drafted in line with the standard practices
followed in the industry and should be in accordance with the test procedures
& practices specified by the original equipment manufacturer (OEM). The
acceptance test procedure on approval by AAI shall become the document for
acceptance of the equipment after installation at the site. The draft copy of
system test procedure should be made available to AAI for approval before
30 days of the schedule site acceptance date.
18.2 SAT will be conducted as per the methodology defined in following points:
a) The Contractor shall develop test procedures for the SAT. SAT
procedures shall clearly indicate the traceability matrix with
reference to each specification defined in the TENDER The SAT test
procedures shall be delivered prior to SAT for AAI approval. AAI reserves
the right to add additional test procedures on mutual test agreement
with contractor. The SAT shall be conducted by the Contractor using the
approved test procedures. SAT shall begin following successful
installation of the system, including all available AAI furnished
equipment. If AAI furnished equipment (which are part of the total
Page 55 of 123
system) are not available then SAT conduct will be put on hold until
availability of all external system provided by the AAI. In this case,
Contractor shall not be responsible for SAT schedule delay.
b) The SAT shall prove that the procured systems meet all system
requirements as approved in the SRR and revised by subsequently
approved ECPs. The Contractor shall provide all necessary test
equipment, tools and instruments for the SAT. The Contractor shall
provide all necessary simulators and test platforms required to execute
the validation of the system requirements during the SAT.
c) AAI SAT Team may witness system anomalies which performing site
acceptance test Such anomalies shall be classified into following three
categories:
i) Critical category anomalies: Critical Category Anomalies are defined as
anomalies having operational impact on the basic functionality of the
system.
ii) Medium category anomalies: Medium category anomalies are defined
as anomalies related to functionalities requiring minor software
modification or site adaptation. The anomalies related to specific
document or maintenance tools requirement shall also fall under this
category.
iii) Low category anomalies: Low category anomalies are defined as
anomalies related to HMI / User interfaces and are of Low operational
impact. Any improvement required in supplied documents or
maintenance tools shall also fall under this category.

d) Category of failures shall be mutually agreed between contractor
and AAI testing team. Contractor has to resolve all the critical
category failures, including as many as other type of failures
(Medium and Low categories) within 30 days after SAT completion.
On successful testing of System anomalies as defined above, SAT
shall be treated completed.

18.3 The system will be commissioned after successful completion of approved
SAT, operational & maintenance training and all the works under the scope of
the tender. Contractor of the system has to provide required documents and
procedures for certification prior to conducting SAT as defined in this tender.
18.4 Installation will be termed as completed after successful completion of SAT
and resolution of all critical anomalies.
19 PackingandMarking
19.1 All packing should be strong enough to withstand rough handling during
loading, unloading and transporting of the packages. Fragile articles should
be packed with special precaution and should bear markings such as
Fragile, Handle with care ,and 'This Side Up' etc.
19.2 All delicate surfaces of equipment/goods should be carefully protected and
painted with protective paint/compound and wrapped to prevent rusting
and damage.

Page 56 of 123
19.3 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 should 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.
19.4 All protrusions and threaded fittings shall be suitably protected and
openings shall be blocked by covers. All wires shall be labelled clearly with
the system and interface type that the wires connect to at each end.
Contractors shall submit their labelling strategy colors, fonts, details at
the Design review or before, and they are subject to the approval of AAI.
19.5 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 Contractor
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.
19.6 On three sides and top of package, markings as desired by AAI, shall be
provided with indelible paint.
19.7 In case supplier is responsible for delivering the items upto site, then the
contractor shall send the goods to ultimate AAI owned user consignee sites,
in a fully packed condition as per requirement of component/equipment and
fully insured.
20 Patents,SuccessfulContractor'sLiability&ComplianceOfRegulations
20.1 Successful Contractor shall protect and fully indemnify AAI from any claims
for infringement of patents, copy right, trade mark or the like.
20.2 Successful Contractor shall also protect and fully indemnify AAI from any
claims from successful Contractor'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.
20.3 Successful Contractor 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.
21 Substitution&WrongSupplies
21.1 Unauthorized substitution or materials delivered not complying with the
description or quality or supplied in excess quantity or rejected goods shall
be taken back by the Successful Contractor at his cost and risk.
21.2 Contractor shall not substitute any item at the time of delivery against the
item mentioned in purchase order unless the item is no longer available in
the market due to obsolesce or any other reason and OEM issues the
certificate to this effect. AAI shall accept the higher version of item of same
make and better Technical specifications if it is approved by Executive
Director (CNSP).
22 FreightandInsurance
22.1 The Indian supplies shall be quoted inclusive of freight and Insurance
charges from Exworks to Consignee Airport.

Page 57 of 123
22.2 The Foreign Contractor must indicate the freight and insurance charges for
shipment of consignment by Air from the port of dispatch to the Consignee
Airports as listed in Annexure III. In addition his bid should also include
transportation charges in India up to the Consignee Airports. The charges for
freight and insurance will be paid by AAI as per the quoted value on actual
basis by the Contractor.
22.3 In case AAI ask Contractor to arrange insurance in the name of AAI for the
entire supplies up to consignee then Contractor shall be responsible for
making insurance claims in case of damage or loss of insured items.

22.4 All items shall be fully insured by the contractor. The cost of Insurance and
Freight shall be paid by the contractor. The documents in support of
insurance policy shall be submitted to AAI before shipment.
22.5 The contractor shall send the goods to Consignee Airport site, in a fully
packed condition as per requirement of equipment.
23 DispatchofDocuments
23.1 In Case of Foreign Supplies: The successful Contractor shall forward two
sets of the following documents, one each to the Executive Director (CNS
Planning) and the port consignee (as mentioned in Annexure III) as soon
as goods are dispatched.
a) Invoice (copy)
b) Itemized Packing list with (copy)
c) Proof of dispatch in the form of Air Way Bill (copy)
d) Certificate for Country of origin (copy)
e) Factory Acceptance Test report (copy)
23.2 In Case of Indian Supplies: The successful contractor shall forward two sets
of the following documents, one each to the Executive Director (CNS
Planning) and the port consignee (as mentioned in Annexure III) as soon
as goods are dispatched:
a) Invoice + 2 copies
b) Itemized Packing list + 2 copies
c) Certificate of Factory Acceptance Test issued by authorized
representative of AAI.

d) Proof of dispatch of equipment / items


e) Certificate of goods received at site in physically good condition

23.3 Contractor shall send Performa Invoice and packing list 30 working days in
advance for the purpose of verification before dispatch of goods. Any
discrepancy in invoice and packing list may attract delay in getting the
consignment custom clearance and attract demurrage charges. Such
demurrage charges shall be on account of Contractor.
24 TAXES,PERMITSANDLICENCES
24.1 Contractor shall be liable to pay any and all nonIndian taxes, duties, levies,
lawfully assessed against AAI or Contractor in pursuance of the contract. In
Page 58 of 123
addition, Contractor shall be responsible for payment of all Indian duties,
levies and taxes lawfully assessed against Contractor for both corporate and
personal Income and also all other taxes etc. relevant and applicable in
respect of his property. Successful Contractor shall arrange the Tax
withholding order well in advance before claiming payment otherwise AAI
will deduct the applicable tax at source as per prevailing rules.
24.2 Contractor shall be responsible for paying all Indian Taxes including income
Tax on the team working in India for supervising of the installation, lawfully
assessed against the supplier for both corporate and personal income.
Purchaser shall have right to deduct such Taxes, duties at source, subject to
applicable withholding tax as may be levied by the Government of India.
24.3 Any increase or decrease of custom duty at the time of clearance of
consignment due to reclassification or amendment to custom duty tariff will
be on account of AAI but any increase in custom duty due to noninclusion of
item for the purpose of custom duty or quoting custom duty under wrong
head shall be on account of Contractor. AAI shall not pay anything extra on
account of custom duty due to noninclusion of any item for the purpose of
calculating custom duty in price bid. Custom duty shall be quoted in the
same currency in which imported items are quoted which will be
converted into INR at an exchange rate applicable on the day of
opening of PQ bid for the purpose of financial evaluation. Quoted
Custom duty will be converted into INR at an exchange rate indicated
on Bill of Entry for the purpose of recovery/claims.
24.4 Contractor shall upload Scanned copy of rates of statutory taxes, Custom
Tariff with Head under which the items will be custom cleared, along with
Financial bid, for the purpose of making claim towards increase and
decrease in statutory taxes. In case, Contractor has quoted the flat value
towards taxes without indicating the rate then AAI will not pay any claim
towards increase in statutory Taxes. Scanned copy of rates of statutory
taxes shall be uploaded along with Financial bid.
24.5 Successful Contractor is required to produce Government of India
notification towards taxes prevailing at the time of opening PreQualification
bid versus time of supply of the items while seeking claim towards increase
in statutory taxes in India/State of India.
24.6 In case no payment is claimed by the Contractor towards increase in
statutory taxes, a certificate/undertaking is required to be given by
Contractor that statutory tax has not decreased during the period between
date of opening Technical bid & date of supply of the items. Any decrease in
statutory taxes between the above said periods shall be passed to AAI while
claiming payments.
24.7 In case supplies are delayed for reasons attributed to the Contractors, the
increase rate of statutory taxes shall be borne by the Contractor. However,
any benefit accruing due to decrease in statutory taxes shall be passed on to
AAI.

25 Miscellaneous
25.1 In addition to the above, any other information / description, the Contractors
may wish to provide, like the features / performance figures specified /

Page 59 of 123
indicated should be with supporting documents / calculations. All figures
indicated by the Contractors must be fully qualified and subject to co
ordinated performance.
25.2 AAI reserves the right to change the quantity to be supplied to the extent to
25% of the tendered quantity or part thereof, indicated in AnnexureI, at
the time of placement of purchase order.
25.3 Price applicable at the time of placement of purchase order for the
equipment and accessories should be valid for a period of one year from the
date of award of first contract. 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% of quantity supplied in the original order.

The terms and conditions given under Section B - Terms & Conditions are hereby complied
and agreed.

Signature of Contractor
Name: .
Telephone:
Fax:..
E-mail: ..

Stamp:

Page 60 of 123
PARTC: QUALITATIVE REQUIREMENTS

ADS-B Ground Station

Compliance Document For P/N:


Section Requirement Status Reference Alternative
Number Statements (s) (C,P,N) or
Explanation
1.0 GENERAL
The Scope of work includes Supply, Installation,
1.1 Testing and Commissioning of Dual redundant
ADS-B Ground station.
The specifications mentioned in this document
specify the minimum performance requirements
for ADS-B Ground Station, hereinafter also
1.2
referred to as ADS-B System, that will be part of
a surveillance system providing air situation
picture to air traffic controllers and other users
Compliance with this technical specifications is
recommended as a means of assuring that the
equipment will satisfactorily perform its intended
1.3
functions under all conditions normally
encountered in Air Traffic Management
surveillance operations
Recommended Phrases:
(i) Shall - The use of the word Shall indicates
a mandated criterion; i.e. compliance with
the particular procedure or specification is
mandatory and no alternative may be applied.
(ii) Should - The use of the word Should
1.4 indicates that though the procedure or
criterion is regarded as the preferred option,
alternative procedures, specifications or
criteria may be applied, provided that the
manufacturer, installer or tester can provide
information or data to adequately support and
justify the alternative.
Description of the System:
The ADS-B Ground Station is part of a system
that provides airspace and airport surface
1.5
situational awareness to air traffic controllers.
The ADS-B service collects position, velocity
and status information from systems and sensors

Page 61 of 123
on the aircraft and broadcasts this information.
Automatic Dependent Surveillance Broadcast
(ADS-B) is a means by which aircraft, aerodrome
vehicles and other systems can automatically
transmit and/or receive identification, position,
velocity and additional data in a broadcast mode
via a data link. ADS-B is automatic because no
external stimulus is required; it is dependent
because it relies on on-board navigation sources
and on-board broadcast transmission systems to
provide surveillance information to other users.
Basic Features:
(i) The ADS-B System is to be used to
provide surveillance services in the
provision of Air Traffic Services
including 3 NM separation and further for
data sharing with other internal / external
agencies.
(ii) This specification will define the
minimum functionality and performance
needed for ADS-B ground station
(iii) The ADS-B System is to be interoperable
with all ADS-B Mode-S transmitters
conformant to ED-73B/DO-181C.
(iv) The ADS-B System shall be capable to be
connected to multiple client ground
1.6 systems (serving possibly different
applications) and will provide a standard
interface to them based on the ASTERIX
Category 021 and 023 specifications.
(v) The ADS-B Ground Stations will provide
a control and monitoring interface based
on industrial standards including as a
minimum Simple Network Management
Protocol (SNMP).
(vi) In a service intended for future ATC
operational use, ASTERIX Category 021
reports will be output only when a
validated WGS-84 position has been
received. In accordance with ED-126,
reports will not be output if only the
altitude has been received.
2.0 SYSTEM CONFIGURATION:
The ADS-B ground station shall comprise of a dual
2.1 redundant system having ADS-B Processors, network
connections, GPS receivers and at least three ports of
Page 62 of 123
interface for data transportation to automation
system, data sharing, etc.
The ADS-B System shall be used as a sole
surveillance asset in Non-Radar Airspace (NRA)
or to enhance existing Radar Surveillance
environment. As such the ADS-B system and its
components shall be operationally proven
2.2 equipment notably:
- The ADS-B ground system shall be in
operational use for aircraft separation
- The ADS-B System including an ADS-B
data distribution server shall be in
operational use
The ADS-B ground station shall be designed to
operate unattended and locally managed status
monitoring, data login, and maintenance through
2.3
an easy HMI either local and/or remote PC based
workstation and/or equivalent maintenance
workstation.
The ADS-B ground station receiver should be
fully solid-state and shall be capable to receive
the ModeS Extended squitter and provide target
2.4
reports in Asterix-21 format to client systems
over a ground data network (LAN or WAN) or
over UDP and HDLC.
The ADS-B system shall be compatible with all
relevant ICAO, EUROCONTROL and
EUROCAE specifications. Also the ADS-B
Station equipments will be compatible with
aircraft Mode-S transponder equipment certified
2.5
to ED-102/DO-260, DO-260A or DO-260B and
capable of satisfying the requirements specified
in ED-126 and ED-129 thus ensuring its fitness
for use as the sole means of surveillance in Non-
Radar Airspace (NRA).
The ADS-B Ground station shall process all the
main parameters broadcasted by the Aircraft such
as Aircraft Position, ICAO 24-Bit identifier,
Flight ID (Equivalent to Aircraft ID), Pressure
2.6
Altitude, Special Position Indicator (SPI),
Emergency status, Navigation Uncertainty
Category Position (NUCP) 3 OR Navigation
Integrity Category (NIC) 3
The ADS-B system shall have the capability to
2.7 correlate all information received from the same
Aircraft verifying the integrity of such
Page 63 of 123
information as per the standards defined in ED-
129.
The ADS-B Ground station antenna shall survive
harsh climatic conditions (high wind, humidity,
high temperature, lightning hits, etc.) and the
2.11
design to survive such conditions on long term
basis during the life span of the ADS-B
equipment.
3.0 STANDARDS
The operation of the ADS-B ground station shall
3.1 be in compliance with the guidelines mentioned
in the following documents
3.1.1 ICAO
(i) ICAO Circular 311 Assessment of
ADS-B to support Air Traffic Services
and guidelines for implementation
(ii) ICAO Annex-2, Annex-10 and Annex-
11: including Standards and
Recommended Practices (SARPS) for
the provision and use of ATS. Unless
explicitly stated, this document assumes
the provision and use of ATS are
implemented in accordance with these
SARPS.
(iii) Annex-10, Amendment 89.
(iv) Annex-10, Aeronautical
Telecommunications - Volume II
(Communications Procedures including
those with PANS status)
3.1.1.1
(v) Annex-10,VOL-III, Amendment 80
(vi) Annex 14 Aerodromes
(vii) Procedures for Air Navigation Services
Air Traffic Management
(PANSATM, Doc 4444) latest edition
with amendments.
(viii) Annex-15, Aeronautical Information
Services
(ix) Annex-6, Operation of Aircraft, Part-I
(x) ADS-B Implementation and Operations
Guidance Document Edition 8.0
September 2015
(xi) Guidance Material on Generation,
Processing & Sharing of ASTERIX
Category 21 ADS-B Messages.

Page 64 of 123
3.1.2 EUROCAE/RTCA
(i) RTCA DO-242A: Minimum Aviation
System Performance Standards for
Automatic Dependent Surveillance
Broadcast (ADS-B)
(ii) EUROCAE ED-102 / RTCA DO-260 or
higher editions: Minimum Operational
Performance Standards for 1090 MHz
Automatic Dependent Surveillance
(ADS-B) and Traffic Information
Services (TIS-B)
(iii) EUROCAE ED-102A/RTCA DO-260B:
Minimum Operational Performance
Standards for 1090 MHz Automatic
Dependent Surveillance.
(iv) ED-129: Technical Specification for a
1090 MHz Extended Squitter ADS-B
Ground station.
(v) ED-129B: Technical Specifications for a
1090 MHz Extended Squitter ADS-B
Ground Station.
(vi) EUROCAE ED-126 / RTCA DO-303h:
Safety Performance and Interoperability
3.1.2.1 Requirements for ADS-B NRA
Application, December 2006
(vii) EUROCAE ED-73B / RTCA DO-181C:
Minimum Operational Performance
Standards for Air Traffic Control Radar
Beacon System/Mode Select
(ATCRBS/Mode S) Airborne Equipment
(viii) Change No.1 to RTCA/DO-181C, May
17, 2002
(ix) ED-109A: EUROCAE, Guidelines for
Communication, Navigation,
Surveillance and Air Traffic Control
(CNS/ATM) Systems Software Integrity
Assurance.
(x) RTCA/DO-286: Minimum Aviation
System Performance Standards for TIS-
B, April 10, 2003
(xi) EUROCAE ED-78A / RTCA DO-264:
Guidelines for Approval of the Provision
and Use of air Traffic Services Supported
by Data Communications, March 2002.
(xii) RTCA DO-283A: Minimum Operational
Performance Standards for Required
Page 65 of 123
Navigation Performance for Area
Navigation, October 28, 2003
(xiii) EUROCAE ED-120 / RTCA DO-290:
Safety and Performance Requirements
for Air Traffic Data Link Services in
Continental Airspace, May 2004
(xiv) RTCA DO-208: Minimum Operational
Performance Standards for Airborne
Supplemental Navigation Equipment
Using Global Positioning System (GPS)
(xv) RTCA DO-229C: Minimum Operational
Performance Standards for Global
Positioning System/Wide Area
Augmentation System Airborne
Equipment.
3.1.3 EUROCONTROL
i. EUROCONTROL Standard Document
for Surveillance Data Exchange, Part 1,
All Purpose Structured
EUROCONTROL Surveillance
Information Exchange (ARTERIX),
SUR.ET1.ST05.2000-STD-01-01
ii. EUROCONTROL Standard Document
for Surveillance Data Exchange, Part 12:
Category 021, ADS-B Messages, SUR-
ET1, ST05.2000-STD-12-01
iii. EUROCONTROL Standard Document
for Surveillance Data Exchange, Part 16:
Category 023, CNS/ATM Ground Station
Service Messages, Edition 1.2, April
2009
3.1.3.1
iv. EUROCONTROL Recommendations for
ANS Software, SAF. ET1.ST03. 1000-
GUI-01-00 (Dec.,2005)
v. EUROCONTROL Standard Document
for Flight Data Exchange Interface
Control Document, Part 2, TCP/IP,
COM.ET1.ST12-STD-01-01
vi. EUROCONTROL Standard Document
for Radar Surveillance in En-Route
Airspace and Major Terminal Areas,
Edition 1.0 March 1997,
SUR.ET1.ST01.1000-STD-01-01
vii. EUROCONTROL Standard Document
for Radar Surveillance in En-Route
Airspace and Major Terminal Areas
Page 66 of 123
viii. EUROCONTROL Standard Document
for Surveillance Data Exchange Part 2b:
Category 034 Transmission of
Monoradar Service Messages,
SUR.ET1.ST05.2000-STD-02b-01
Version 1.27, May 2007
ix. EUROCONTROL Standard Document
for Surveillance Data Exchange Part 4:
Category 048 Transmission of
Monoradar Target Reports,
SUR.ET1.ST05.2000-STD-04-01
Version 1.16, March 2009
4.0 TECHNICAL SPECIFICATIONS
4.1 Receive Frequency : 1090 MHZ
Receiver Sensitivity :
i. Valid 1090 ES ADS-B Messages with a
carrier frequency between 1089 and 1091
MHz applied directly to the connector at
the ADS-B System Receiver at a level of
-88 dBm shall produce a Successful
Message Reception (SMR) rate of 95 %
or better.
ii. Valid 1090 ES ADS-B Messages with a
carrier frequency between 1089 and 1091
MHz applied directly to the connector at
4.2
the ADS-B System Receiver at a level of
91 dBm at 90% probability of detection
shall produce a rate of Successful
Message Reception of 15% or better at
ambient temperature conditions.
NOTE: The receiver sensitivity requirements
apply for valid 1090 ES ADS-B Message signals
that comply with the pulse shape and pulse
location requirements specified in EUROCAE
ED-73, Sensitivity requirements apply in the
absence of interference and overloads.
Receiver Dynamic Range :
In the absence of interference or overloads, the
ADS-B System shall achieve a Successful
4.3 Message Reception (SMR) rate of 99% or better
when the desired signal level applied directly to
the connector at the ADS-B System Receiver is
between -85 dBm and -10 dBm.
Operational Range : >250 NM (line of sight) &
4.4
Flight level FL 0-500

Page 67 of 123
4.5 Probability of Detection : More than 90%
Target Capability : More than 300 aircraft /
4.6
second
4.7 Target Capacity : More than 1000 tracks
4.8 Latency : <500 ms
Time Reference : UTC synchronized with GPS
4.9
antenna
4.10 Antenna : Omni Sectorized
Output Format: ASTERIX Cat-21 version 0.23,
4.11 1.4 & 2.1 (Configurable) format as per ATC
standard Interface.
Output Interface :
(i) At a minimum, the ADS-B System shall
support transmission of ASTERIX
Category 021, 023, and 247 reports over
UDP/IP/Ethernet with a configurable IP
address.
(ii) The ADS-B System shall transmit Cat-21
ADS-B data using IP Multicast over two
Ethernet ports.
Note: ADS-B System manufacturers may
choose to support additional protocols
4.12
and interface types, for example TCP for
ASTERIX Category 023.
(iii) The ADS-B System shall have two
output data streams individual
configurable ASTERIX, for operational
and maintenance access and two
Configurable data output stream, to share
ADS-B data with other external client
systems.
(iv) ICD of the data format protocol shall be
submitted by the Vendor.
Update Rate:
ADS-B Data received from each aircraft shall be
transmitted from ADS-B Ground station to the
4.13 user (s) at an update rate of less than or equal to
1 Second. The ADS-B stations routers /
processors shall not alter the content of the data
element.
Technology: The System shall be fault resistant,
flexible, versatile and open system solution based
4.14
on COTS products easily adaptable to customer
needs.
4.15 MTBF: Shall be more than 40,000 hrs.

Page 68 of 123
4.16 MTTR : Shall be 15 minutes or less
OPERATIONAL AND TECHNICAL
5.0
FEATURES
The ADS-B system shall consist of two
redundant ground stations with each ground
station configured to use separate antennas, 1090
MHz receivers, GPS receivers, processing, target
5.1
outputs and power supplies such that there is no
single point of failure in the system which will
affect the intended operation of the ADS-B
system.
The ADS-B Ground stations shall require zero
5.2 periodic maintenance, and protected against
power supply interruptions.
The ADS-B Ground station shall have a built-in
GPS receiver used for time synchronization. A
5.3 highly accurate temperature compensated,
crystal/Oven oscillator on the main board shall be
frequency logged to GPS satellite signal.
The ADS-B system shall output data in
ASTERIX CAT021/CAT023 format. A filtering
5.4 functionality should also be provided in order to
avoid overloading of Surveillance tracker with
multiple identical ADS-B reports.
5.5 Software Design
Software design shall follow the guidelines for
5.5.1
the assurance of software contained in ED-109A.
5.6 Hardware Design
System shall be fault resistant, flexible, versatile
5.6.1 and open system solution based on COTS
products easily adaptable to customer needs.
5.7 Services
i. The ADS-B System shall provide ADS-B
Services to client systems connected to it
via a data communications network.
ii. The ADS-B Service shall consist of the
provision of ADS-B reports as per ED-
126 for 1090 MHz ADS-B targets within
5.7.1 the service volume(s) of Area of Interest,
with data driven and periodic reporting
modes.
iii. The ADS-B Services shall include the
periodic provision of Ground Station
Status reports and ASTERIX Version
reports.

Page 69 of 123
iv. Ground Station Status reports shall
indicate to the client system the status of
the Ground Station and the characteristics
of the ADS-B service provided.
v. ASTERIX Version reports shall indicate
the message format version used for
ADS-B reports.
5.8 Ground station Modes & States
The ADS-B Ground Station shall have various
modes and states. Modes shall generally be set by
5.8.1 an operator, while state is a property of the
Ground Station which the Ground Station shall
typically set by itself.
5.8.2 Modes
Two modes shall be defined for the Ground
Station:
i. Operational and Maintenance.
Maintenance mode shall be used for
5.8.2.1
changing the configuration of the Ground
Station.
ii. Configuration changes shall not be
permitted in Operational mode.
5.8.3 States
i. Three states shall be defined for the ADS-
B System: Initialization, On-Line and
Failed.
ii. The Initialization state shall be entered on
power up.
iii. The On-Line state shall be the normal
operating state of the Ground Station.
iv. The Failed state shall be entered when an
5.8.3.1
error condition is detected that can affect
operational performance.
v. The current Ground Station state shall be
reflected in status reports. Any changes in
state shall be reported immediately in an
event-driven status report.
vi. This specification does not exclude the
possibility of sub-states.
5.8.4 Time source states
Three states are defined with respect to UTC
5.8.4.1 synchronization. These states are: Not Coupled,
UTC Coupled and Coasting.

Page 70 of 123
i. The Not Coupled state shall indicate that
the Ground Station is not synchronized to
a UTC time source.
ii. The UTC Coupled state shall indicate that
the Ground Station is synchronized to a
UTC time source.
iii. The Coasting state shall indicate that the
Ground Station is no longer synchronized
to a UTC time source but is able to
maintain UTC time internally with the
required accuracy. When this accuracy
can no longer be maintained the Time
Source state shall revert to Not Coupled
6.0 FUNCTIONAL REQUIREMENTS
The ADS-B System shall provide at least the
following functions:
i. 1090 ES Reception and Decoding:
Reception of 1090 MHz RF and
extraction of Extended Squitter messages
broadcast by ADS-B Out transponders;
ii. Report Assembly: Compilation of ADS-
B reports to be forwarded to third party
client ground systems (e.g. ADS-B
servers, SDPS, etc.);
iii. UTC Time Synchronization: UTC time
6.1 synchronization of the ADS-B System for
output report time stamping;
iv. Ground Station Management and Status
Reporting: Station management,
monitoring and control functions, and
service status, including Built In Test
Equipment (BITE).
v. The ground station shall be able to be
upgraded so that it provided action ADS-
B services for improved security and
compatibility with Mode A code based
flight plan correlation.
6.2 Reception & Decoding
i. This function shall handle the reception
and decoding of 1090 MHz Extended
6.2.1 Squitter messages transmitted over the
1090 MHz channel, including integrity
checking.

Page 71 of 123
ii. It therefore shall consist of a reception
and demodulation sub-function and a
decoder sub-function.
iii. It shall be supported by one or more 1090
MHz antennas, which are designed such
that the ADS-B System is capable of
performing its intended functions.
iv. The reception and demodulation sub-
function shall be designed to receive, and
process in real time, 1090 MHz Extended
Squitter RF Signals conformant to the
RTCA MOPS for 1090 MHz ES ADS-B
(DO-260, DO-260A and DO-260B) and
EUROCAE ED-102 and ED-102A from
airborne aircraft and ground vehicles.
v. The decoding sub-function shall be
capable of receiving and processing
Extended Squitter messages including at
least the following types:
a. Airborne Position;
b. Aircraft Identification (callsign);
c. Unique 24-bit aircraft address
d. Aircraft type
e. Airborne Velocity;
f. Test Messages Mode A Code;
g. Aircraft Status;
h. Target State and Status;
i. Aircraft Operational Status.
j. Flight ID (Equivalent to ACID),
k. Aircraft barometric altitude,
l. Special Position Indicator (SPI),
m. Emergency status,
n. Navigation Uncertainty Category
Position (NUCP) 3
o. OR Navigation Integrity Category
(NIC) 3
p. Indicated air speed
q. Ground speed
6.3 Report Assembly function
i. This function shall process the
information extracted from received
Extended Squitter messages by the ADS-
6.3.1 B Message Reception and Decoding
function, and assembles ASTERIX
Category 021 reports in real time. Each
report shall refer to a single target and
Page 72 of 123
contains the latest information available.
ASTERIX reports shall be transmitted
over a ground network to client systems.
ii. ASTERIX Category 021 reports shall
include information that has to be
extracted from multiple Extended
Squitter messages. The ADS-B Report
Assembly function shall perform all the
necessary correlation, data age tracking
and data conversion operations which are
required to assemble and translate
squitter information to ASTERIX
Category 021 format.
iii. The ADS-B Report Assembly function
shall be configured to produce ASTERIX
Category 021 reports either in Data
Driven (Real Time) mode, or in Periodic
mode.
6.4 Report Filtering Function
i. A filtering of duplicated identical reports
from different ADS-B ground stations shall
be provided in order to avoid overloading of
the multisensory trackers.
ii. The ADS-B system shall provide functions
for controlled data sharing with third party
client systems.
iii. The ADS-B system shall allow geographical
target report filtering per predefined service
6.4.1
volumes.
iv. The ADS-B system shall allow target
filtering according to target ID and Mode S
Address.
v. The ADS-B system shall allow integration of
third party ADS-B ground stations including
conversion of Asterix category 021 editions
and Asterix category 033 into a desired
Asterix category 021 edition.
6.5 UTC time synchronization function
i. The ADS-B System shall ensure
autonomous, reliable and accurate UTC
time stamping of the generated
6.5.1 ASTERIX reports.
ii. ADS-B System shall include a
sufficiently reliable and accurate UTC
time through GPS time reference source.

Page 73 of 123
iii. The internal time source shall supply all
the data necessary for the establishment
of the UTC times of reception of position
and velocity information.
iv. Time used in the ADS-B service shall be
accurate to within 1 second of UTC.
Ground Station Management & Status
6.6
reporting function
i. The ADS-B Station shall operate
unattended and autonomously.
ii. It shall provide a monitoring,
maintenance and control function
allowing an operator to:
a. Monitor the Ground Station status,
and the status of each subsystem and
service, including BITE and end-to-
6.6.1 end system checks;
b. Perform maintenance, configuration,
and control actions, including
changes of mode for the Ground
Station.
iii. The ADS-B Station shall provide
protection against unauthorized access to
the system maintenance and control
functions.
6.7 Status Reports
i. The ADS-B Station shall include a status
reporting function, which reports the
status of the Ground Station and its
services to client systems over a ground
network.
ii. These status reports shall use the
ASTERIX Category 023 message format.
6.7.1
iii. Status reports shall be generated
periodically, with a configurable
reporting period.
iv. Reports shall also be generated
immediately following any change in the
status of the ADS-B System function or
subsystem.
6.8 BITE Function
i. The ADS-B System shall include a Built
In Test Equipment (BITE) capability,
6.8.1
such that there is a continuous monitoring
of the operating status of the equipment,

Page 74 of 123
which is achieved by the monitoring and
analysis of critical system parameters at
all relevant system levels.
ii. The ADS-B System BITE shall be able to
detect faults affecting the performance of
the Ground Station. BITE should register
the faulty equipment locally at the system
and notify the monitoring, logging, and
control subsystems accordingly.
iii. The BITE tests shall include an end-to-
end system check including the RF input
to the antenna. This check shall make use
of a Site Monitor, allowing an overall
integrity check of the system including
the antenna.
iv. The ADS-B System shall execute BITE
tests both at start-up and periodically. The
tests should be summarized in the form of
an overall BITE status signal to be used
for failure indications to the operator and
to client systems.
6.9 System capacity
i. ADS-B ground surveillance system shall
have the capacity to handle the reports
from the maximum load of aircraft in the
Area of Interest.
ii. ADS-B System shall have the capacity to:
a) Simultaneously process 1090 MHz
ADS-B messages from at least 300
individual airborne targets,
transmitting such messages at the
maximum rates defined in DO-260/B,
and
b) Output corresponding ASTERIX
6.9.1
Category 021 reports at a maximum
event driven rate of at least two
ASTERIX Category 021 reports per
target per second, unless constrained
by Ground Station configuration,
while meeting the latency
requirements.
c) System shall be capable to feed data
into available multi-sensor tracker for
processing

Page 75 of 123
6.10 Target overload
An overload mechanism shall be provided to
6.10.1 detect when the number of targets exceeds a
configurable capacity threshold.
6.11 Communication overload
The ADS-B System shall include the capability
6.11.1
to detect communications overloads
6.12 System latency
The maximum latency from the time of receipt of
a 1090 ES message sent by the transponder on
board an aircraft to the output of the
6.12.1 corresponding ASTERIX Category 021 report
shall be 0.5 seconds for all targets within the
service volume and for all data-driven ASTERIX
Category 021 reports.
6.13 Time of Applicability Accuracy
The Time of Applicability for Position output by
the ADS-B System in ASTERIX Category 021
6.13.1
reports shall have an absolute accuracy relative
to UTC of 0.2 seconds or less.
6.14 Time of Message reception accuracy
i. Each ADS-B message received shall be
time stamped by the ADS-B Receiver.
ii. The absolute accuracy of the Time of
Message Reception items for position and
6.14.1 velocity relative to UTC shall be 25
milliseconds or less.
iii. The ADS-B System shall be able to
maintain this level of accuracy in the
coasting state for at least 30 minutes
6.15 Data Accuracy
i. Position, velocity, altitude and other data
shall be reported as received from the
aircraft without loss of accuracy, when
allowed by the ASTERIX Category 021
format.
ii. Where an ASTERIX report field has a
different resolution from the
6.15.1
corresponding data field in a 1090 ES
ADS-B message, the value included in
the ASTERIX report shall be of no
greater resolution than the value received
from the aircraft.

Page 76 of 123
6.16 Continuity
The system shall perform its required function
6.16.1
with no unscheduled interruption.
6.17 Reliability
The probability that the system will deliver a
particular message without errors. The
6.17.1
Reliability figure for the ADS-B System shall be
99.996%.
6.18 Integrity
Integrity is the probability that errors will be mis-
detected. This may be when a correct message is
indicated as containing one or more errors, or
when a message containing one or more errors is
indicated as being correct.
6.18.1 The ADS-B System Software Assurance Level
shall be equivalent to at least ED-109A level
AL4. The decoder undetected message error rate
shall be better than 1 in 105 messages.
The integrity of the ADS-B System shall be 10-6
or better on a per report basis
6.19 Availability
The availability is considered to be a part of
reliability, and is defined as the probability that a
system will perform its required function at the
initiation of the intended operation.
Availability is quantified as the ratio of the time
the system is actually available to the time the
system is planned to be available:
6.19.1
Availability = MTBF/( MTBF+ MTTR)

MTBF: Mean Time Between Failure


MTTR: Mean Time To Repair

The ADS-B System shall achieve an Availability


of 99.996%.
6.20 Message Processing and Report Assembly
The ADS-B Ground Station shall decide
i. when to send an ASTERIX report,
ii. what data items to include in the report
and
6.20.1
iii. how to generate the data items in the
report from the received Extended
Squitter messages.

Page 77 of 123
6.21 General Message processing requirements
i. The ADS-B Ground Station shall be in
one of the three time states with respect to
UTC time:
a. Not Coupled;
6.21.1 b. UTC Coupled;
c. Coasting.
ii. ASTERIX Category 023 Ground Station
Status and Service Status shall be
produced in all time source states.
i. The ADS-B System shall process ADS-B
1090 MHz Extended Squitter messages
defined in DO-260B.
6.21.2 ii. As an option, the ADS-B System may
process non-ADS-B Mode S messages,
TIS-B messages, surface target messages
or other message types.
6.22 Message type filtering
The ADS-B System shall process Extended
6.22.1 Squitter messages using the formats described in
DO-260B.
6.23 Duplicate Mode S address Processing
i. At a minimum, the ADS-B System
shall be able to produce separate
ASTERIX Category 021 reports for at
least two targets with the same Mode
S address.
ii. Targets with duplicate addresses shall
meet the requirements for target
6.23.1
acquisition, maintenance and
termination.
iii. ASTERIX Category 021 reports for
targets with duplicate addresses shall
be transmitted as dictated by selected
reporting mode (i.e. data-driven or
periodic).
6.24 Report Triggering
i. At a minimum, the ADS-B System shall
be able to process received Extended
Squitter messages and generate for
6.24.1
transmission to client systems the
a. Report types with the indicated
ASTERIX format and

Page 78 of 123
b. Transmission mode, containing
the data items specified in this
document.
Note: Manufacturers may choose to
support additional data items provided
they can be turned off in the Ground
Station configuration.

ii. The transmitted reports shall contain


a. Valid and unambiguous
information obtained from the
received Extended Squitter
messages and
b. Compiled in accordance with the
report assembly requirements.
6.25 Data Driven Transmission Mode
ASTERIX Category 021 Data Driven Reports
ADS-B System shall
i. Generate and transmit an ASTERIX
Category 021 report containing state
vector information after every successful
6.25.1 decoding (per ED-102 / DO-260, DO-
260A and
ED-102A/DO-260B, and
ii. Including track (re)-initialization
whenever required of a Position or
Velocity squitter.
ASTERIX Category 023 Event Driven
Reports
ADS-B System shall
i. be able to transmit a Ground Station
Status report in ASTERIX Category 023
6.25.2 format whenever a change is detected in
the Ground Station status.
ii. be able to transmit a Service Status report
in ASTERIX Category 023 format
whenever a change is detected in the
status of a service.
6.26 Periodic Transmission Mode
ASTERIX Category 021 Periodic Reports
The ADS-B System shall
i. periodically transmit an ASTERIX
6.26.1
Category 021 state vector report with a
period of x seconds, where x shall be
configurable at a minimum within the

Page 79 of 123
range 0.5 to 15 seconds with 0.5 second
increments.
ii. Periodic State Vector reports shall be
transmitted only when the following
condition applies: Position information
has been updated at least once (through
the reception of one or more new position
squitter messages with FTC 0) since the
transmission of the previous periodic
state vector report.
iii. When in periodic transmission mode, the
ADS-B System shall nevertheless
transmit a Data Driven Position State
Vector report whenever either the
Emergency/Priority Status or
Surveillance Status value changes for any
target that has been fully acquired.
iv. Such reports shall always include the
latest position and other available data.
ASTERIX Category 023 Periodic Reports
ASTERIX Category 023 Ground Station Status
6.26.2 and Service Status reports shall also be
transmitted in periodic mode, each with an
independently configurable period.
6.27 Target Acquisition
i. The acquisition phase shall begin with the
first message received from a target, or
with the first message received from a
target after all previously received
6.27.1 position data has expired.
ii. By default, the ADS-B System shall not
output ASTERIX Category 021 reports
for targets that are in the acquisition
phase, and are therefore not yet validated.
6.28 Data Item Inclusion
i. The reports shall be produced in Periodic
and Data Driven Transmission mode in
accordance with the configuration of the
surveillance data service on the ADS-B
System.
6.28.1
ii. The ADS-B Systems shall provide
multiple services with different
characteristics to different user groups.
iii. State Vector reports shall be produced in
ASTERIX Category 021 Version 2.1

Page 80 of 123
format. Version 0.23 and 1.8 format shall
also be supported (user configurable).
iv. State Vector reports shall contain the
fields specified for periodic reports or for
data driven reports.
6.29 Data driven reports
In data driven mode, State Vector reports shall be
of two types, namely position and velocity.
i. Data driven position reports shall be
issued on the reception of a new position
squitter (after track initialization)
ii. Data driven velocity reports shall be
6.29.1 issued on the reception of a new velocity
squitter provided at least one position
report has been transmitted for the target
since its last track (re)initialization.
iii. Data-driven velocity reports shall not be
issued for targets with duplicate
addresses.
6.30 Status Reports
i. ADS-B System shall report the status of
the system and its components through
the use of ASTERIX Category 023
reports.
This document specifies three types of
status reports (Ground Station Status,
Service Status and Service Statistics).
ii. The ADS-B System shall be able to
generate at least Ground Station Status
6.30.1
and Service Status reports.
iii. Status reports shall be transmitted
periodically with a period of x seconds,
where x shall be configurable from 1 to
127 seconds in one-second increments.
iv. ADS-B System shall transmit status
reports in event driven mode, whenever a
change occurs in the Ground Station
status or configuration data items.
6.31 Asterix version report
i. ASTERIX Category 021 and 023
versions currently used by the ADS-B
System shall be indicated in the reports.
6.31.1
ii. ADS-B Systems shall support multiple
service capability and different
ASTERIX Category 021 and 023

Page 81 of 123
versions per service. In that case a
separate version report shall be issued for
each service.
6.32 Data validity Period
i. Data items extracted from ADS-B
messages shall be included in ASTERIX
target reports for a time period that does
not exceed a value dependent on the data
item and which may be configured
differently per Ground Station Service.
6.32.1
ii. If the validity time of a data item has been
exceeded, the data item shall not be
included in a report.
These validity periods must be set taking into
account the requirements of the multi-sensor
tracker.
6.33 Asterix Category 021 report assembly
The report assembly for ASTERIX Category 021
6.33.1 Edition 2.1, 1.8 and 0.23 shall be in accordance
with Eurocontrol ASTERIX standard.
7.0 TEST TRANSPONDER
One ADS-B Test Transponder / Site Monitor
shall be supplied and installed for continuous
7.1 monitoring and checking the accuracy and
integrity of ADS-B Ground station message
reception.
8.0 CONTROL AND MONITORING SYSTEM
The ADS-B ground station shall comprise a
Local and Remote Control and Monitoring
System (CMS) PC based workstations which
provides the following functions as a minimum :
a. Display of parameters, statistics,
warnings, and errors.
b. Display of all critical parameters. Ex:
temperature, CPU load, etc.
8.1 c. Control of the Site Adaptation
Parameters in each of the ground station
equipments.
d. The ability to load application software
and signal processing software and
firmware into the ground station.
e. Plan Position Indicator (PPI) display of
the ADS-B equipped aircraft within the
surveillance volume.

Page 82 of 123
f. CMS should have capability to connect
multiple ground stations allowing a
single CMS to monitor all ADS-B site in
particular area.
g. In case of failure detected in the ADS-B
ground stations, a list of suspected item
shall be displayed by CMS
h. In case of failure detected in the ADS-B
ground stations, an Audio and Visual
alarm/alert shall be displayed by CMS.
i. Appropriate colour coding shall be used
for displaying various alerts on the CMS.
Ex: Green normal operation; Red
alarm; Yellow warning; White no
status information, etc.
j. A loss of integrity within the ADS-B
Ground station sensor shall be displayed
on CMS.
k. Above functions shall also be available
remotely via the use of a similar CMS
terminal connected via a network.
l. A failure of the local CMS shall not
affect the operation of either ground
station, and the CMS can be powered
down while the site is not manned.
m. Size of CMS Monitor shall be a LCD of
30or more.
n. Table desk for placing the Monitor and
CMS shall be provided by the vendor.
o. Built In Test Equipment (BITE) shall
have the capability for continuous
monitoring of equipment operating
status ,
analyse the critical system
parameters at all relevant system
levels.
be able to detect faults affecting the
performance of the Ground Station.
register the faulty equipment locally
at the system and notify the
monitoring, logging, and control
subsystems
perform an end-to-end system check
including the RF input to the
antenna.

Page 83 of 123
i. The ADS-B System shall provide an
external (remote) control and monitoring
interface utilizing the Simple Network
Management Protocol (SNMP).
ii. Management Information Browser
(MIB), used to locate data within the
ADS-B system shall be provided
iii. The ADS-B System shall be polled for its
monitoring data using Simple Network
8.2 Management Protocol (SNMP).
iv. Polling shall form part of the ADS-B
Ground Station health check mechanism,
which is performed by a connected
central Control & Monitoring system.
v. The ADS-B System shall provide the
following information via SNMP
protocol:
a) ADS-B System Modes;
b) ADS-B System States.
8.3 Monitoring functions (Local & Remote)
The state of the following functions shall be
made available for monitoring to the SNMP
interface as a minimum:
a. Status Reporting;
b. Buffer Overflows;
c. Processor Overloads;
8.3.1
d. Target Overloads;
e. Communications Overload;
f. Communications Loss;
g. Time Synchronization / GPS clock status;
h. Temperature Range;
i. End to End System Test.
8.4 Control Functions
i. It shall be possible to command the ADS-
B System between all available operating
modes from the SNMP interface via
multiple channels.
ii. It shall be possible to modify all
8.4.1 configurable ADS-B System parameters
via the control and monitoring interface.
iii. It shall be possible to install the ADS-B
System software via the control interface.
iv. It shall be possible to save and restore
configurable parameters of the ADS-B

Page 84 of 123
System to and from external electronic
media.
v. The settings of all configuration
parameters shall be preserved during
power interruption or restart of the
Ground Station.
8.5 Security
i. The ADS-B system shall provide means
to detect spoofed ADS-B signals and
demonstrate this capability during FAT.
ii. The ADS-B system shall provide means
to detect jammed GPS signals and
demonstrate this during FAT.
iii. ADS-B stations shall be accessed by
authorized users and administrator by
using valid password.
8.5.1 iv. The ADS-B System shall allow a change
of mode to be commanded by authorized
users only.
v. The ADS-B System shall permit a change
of configuration to be commanded by
authorized users only.
vi. System shutdown function shall be
available with Administrator.
vii. Administrator function shall be executed
by only single user at one time.
8.6 Data logging
i. The ADS-B System shall have the
capability to log:
a. user access activity,
b. all warnings and
c. changes of state or mode and the
d. control instructions with provided
8.6.1 timestamp.
ii. The ADS-B System shall include the
functionality to save log files to an
external storage device.
iii. The ADS-B System shall have the
capability to retain log files in the event
of loss of power.
8.7 Recording of Events
Control and Monitoring System (CMS) shall be
8.7.1
capable to:

Page 85 of 123
i. record and replay of ASTERIX data
CAT-21 and raw recorded data as
received by the ground station hardware.
ii. permit a replay of the situation and
identification of the messages, that were
received by the ATS/client system.
iii. display the decoded output on the screen,
in a format readable by standard
programs.
iv. extract data in CSV format.
v. allow the selected partial replay, faster,
slower than the live replay
9.0 QUALITY ASSURANCE STANDARDS
ADS-B System supplier shall use Quality
Assurance procedures complaint with :
a) quality assurance in system design,
development, manufacturing, installation and
9.1
servicing ISO 9001
b) Quality Management & Assurance Standards
Part-3 ISO 9001 Application and Development,
Supply and Maintenance of software.
10.0 ENVIRONMENT
i. ADS-B system shall be installed in AAI
provided, dust free, temperature
controlled environment.
ii. ADS-B outdoor antenna shall be capable
10.1 to withstand in open environment
weather condition and temperatures
extending from -30 degrees up to +50
degrees Celsius without affecting its
operational capability.
11.0 POWER SUPPLY REQUIREMENTS:
In general, the equipment shall operate with AC
power supply of 230 Volts (10%), 50 Hz (
5%). Reliable over voltage and over current
protection circuits shall be provided in the power
supply units of the equipment. The power supply
units shall be self-protecting, and protect
11.1 connected equipment against conducted
interference, noise, voltage dips and surges &
impulses. Power Supply units used should be
rugged enough to withstand above stated
variation in mains voltage and frequency over a
long period of time so that the failures in the
equipment due to power supply are minimized
Page 86 of 123
(i) A dual redundant UPS of suitable
capacity in parallel load sharing
configuration shall be provided by the
vendor for meeting the Power supply
requirements of the ADS-B Ground
station.
(ii) UPS shall provide battery-back-up for 1
11.2
hour.
(iii) UPS shall be of reputed brand of
International standard.
(iv) Failure of one UPS shall not affect the
output of another UPS feeding the load..
.

The status of the UPS shall be available on the


11.3
remote Control and Monitoring System.
AAI shall provide input power supply (3 phase)
on the distribution box installed on the wall of
room where ADS-B Ground system is to be
11.4
installed. All the cabling from Distribution box to
UPS / equipment and further systems shall be
responsibility of the Vendor.
EARTHING MATERIAL/LIGHTNING
12.0
SYSTEM
(i) Earthing material for dedicated earth at site
shall be provided and earth system as per
the prevailing international industrial
standards for ADS-B system shall be
installed.
(ii) Lightning arrester & surge protection shall
12.1 be provided as appropriate as per prevailing
international standards while the same shall
be specified.
(iii) Lightning system shall also protect cables
from lightening to reduce at minimum the
risk of over voltage damage to active
electronics of GPS antenna / system.
13.0 ADDITIONAL REQUIREMENTS:
The vendor shall be responsible for proper laying
and termination of all the cables, conduit and
associated connectors. All cables and connectors
13.1
shall be properly labeled for easy identification.
Cable route diagram (as built in drawing) shall be
made and submitted to AAI before start of work.

Page 87 of 123
The Fiber optic, Copper media and power cable
length as appropriate for installation of ADS-B
Ground station shall be clearly mentioned in the
13.2
technical bid. If more cable or conduit is needed
the Vendor shall make the provision without any
additional cost to AAI.
The Vendor shall be responsible for integrating
various components of ADS-B System like
Remote Control & Monitoring system, UPS, etc.
13.3
AAI will provide the required media.
Appropriate media converter to interface with the
data protocol shall be provided by the Vendor.
All network components like switches, routers,
protocol converters, media converters, etc
13.4 required for interfacing the ADS-B Ground
station to the existing client systems shall be
supplied by the Vendor.
The Vendor upon request will be permitted to
survey the area of respective sites to decide on
13.5 the various installation issues such as optimum
cable & conduit requirements, earth pit location
etc. before submission of tender.
The Vendor shall provide complete ICD details
for integrating ADS-B target reports output to
13.6
RDPS/SDPS systems available in India and
identify ADS-B port(s) in the system.
The Vendor shall supply all System software on
media i.e. Operating system, application
13.7 software, software loading tools, software
diagnostic tools used in the system along with
license.
The Vendor shall adhere to the plan of
Customization, interaction, FAT, supply,
13.8 Installation, SAT, Training and Commissioning
for ADS-B Ground stations as specified in this
tender.
Testing: ADS-B Ground system using certified
Transponder fully compliance with ED
13.9
129/DO260A or as per ICAO docs shall be
tested.
Certification: The Vendor shall assist AAI in
complying with the procedures and practices for
13.10
obtaining Certification from Director General of
Civil Aviation.

Page 88 of 123
Required documents and procedures to meet
safety requirements as per international norms or
prescribed by ICAO should be provided.
Test Tools and Test Equipments: The vendor
shall supply one set of all the test tools and test
13.11
equipments required for the maintenance of the
equipment.
Spares: The Vendor shall supply one set of
Comprehensive spare modules as indicated in
Annexure- II-B along with the ADS-B
13.12
equipment. These spares will be tested at
Chandigarh Airport after successful installation
of ADS-B Ground system.
14.0 DOCUMENTATION
The Vendor shall provide 2 sets of Hard and soft
copy of documents containing the following
details:
(a) Equipment block diagrams and block
diagram description,
(b) Equipment technical details along with
14.1
full description
(c) Circuit diagrams along with components
specifications of all sub-modules of the
equipment
(d) Technical description of the equipment
procedures to adjust the VSPs
The Vendor shall provide all user manuals with
details to carry out configuration, adjustment and
14.2
editing of site dependent parameters of the ADS-
B equipment.
15.0 TRAINING
The Vendor shall provide training to Ten
officials of AAI at two Airports for a period of
15.1
one week to cover the topics indicated in
following para.
(i) Training of AAI technical staff shall
cover theoretical and practical part.
(ii) Theoretical part shall cover
(a) Detailed block diagram description
of the equipment.
15.2
(b) Circuit and signal flow description.
(c) Fault diagnosis and basic repairing
methods
(d) Configuration of the Equipment
(iii) Practical part of training shall include
Page 89 of 123
a) installation procedures,
b) fault finding procedure,
c) removal and replacement of
modules,
d) periodic maintenance procedures
(iv) Syllabus of training program shall be
submitted to AAI prior to training. AAI
has the right to request modification of
such program.
(v) Such modifications shall be respected by
the Contractor without any additional
payment. AAI shall confirm submitted
program in writing.

Page 90 of 123
PARTD: ANNEXURES

Annexure IA
Price component for 10 ADS-B Ground Stations:

1. HARDWARE COST OVERSEAS


a) Rate
b) Oversea Freight and Insurance Charges
c) Custom Duty
d) Custom Clearance Charges
e) Inland Freight and Insurance Charges
f) Other Charges (loading/Unloading charges etc)
2. Hardware cost Indian Sources
a) Rate (Inclusive of all Taxes & Duties)
3. SOFTWARE COST OVERSEAS
a) Rate
b) Oversea Freight and Insurance Charges
c) Custom Duty
d) Custom Clearance Charges
e) Inland Freight and Insurance Charges
f) Other Charges(loading/Unloading charges etc)
4. Software cost Indian Sources
a) Rate(Inclusive of all Taxes & Duties)
5. INSTALLATION, TESTING AND COMISSIOING CHARGES
a) Charges Overseas (Exclusive of Service Tax)
b) Charges Indian Sources (Exclusive of Service Tax)
6. TRAINING CHRGES_INDIA
a) Rate (Exclusive of Service Tax)
7. FAT charges overseas
a) Rate
8. FAT charges India
a) Rate
9. Spares_COST_OVERSEAS
a) Rate (Total of spares cost indicated in Annexure-II-B)
b) Overseas Freight and Insurance Charges
c) Custom Duty
Page 91 of 123
d) Custom Clearance Charges
e) Inland Freight and Insurance Charges
f) Other Charges (loading/Unloading charges etc)

Note:

1. Octroi/Entry Tax/Road permit / Service Tax charges will be paid as per


actual and will be reimbursed on production of documentary proof.

2. Cost of spares indicated above shall be for one set of ADS-B Ground
system only . The rate shall be equal to the total cost of spare modules
indicated in the comprehensive cost of spares as indicated in Annexure-
II-B

Page 92 of 123
Annexure-1B

Instructions to fill Price bid

1. Prices shall be quoted as per the guidelines of E-Tender Portal


2. Complete List of deliverables - (Bill of Quantity) with Part No., Make & Model
number of equipment and accessories fully meeting the operational and
technical requirement as spelt out in Section-C of tender shall also be provided
by the tenderer from overseas or from Indian source along with Technical bid.
3. Taxes & Duties break up for bids in Indian Rupees /Foreign Currency shall be
uploaded along with the financial bid.
4. Normal sales tax rates should be quoted. No concessional forms such as form
C or D will be supplied.
5. Prices are to be mentioned strictly as per the format. SITC contract of ADS-B
Ground Systems up to Consignee Airport sites. Supplier is responsible for
getting the consignment custom cleared, prices shall be quoted up to Consignee
Airport/site including overseas freight & Insurance and In-country
transportation charges, Custom duty, Custom clearance charges, sales
Tax/VAT/ Excise duty, (Exclusive of Service Taxes) i.e. inclusive of all taxes
and loading/unloading etc. Octrai/Entry Tax/Service Tax will be
reimbursed/paid as per actual on production of documents.
5.1 Any increase or decrease in custom duty at the time clearance of
consignment due to reclassification or amendment to custom tariff will
be to the account of AAI.
5.2 Custom duty will be paid as per actual in form of EPCG License under
Serve India Scheme.
5.3 Additional custom duty paid by AAI against quoted custom duty will be
recovered from supplier.
6. In case bidder is not indicating rate of statutory taxes then no deviation in
statutory tax will be allowed at the time of supply due to increase or decrease
in statutory taxes. Bidder is required to produce Government of India
notification towards taxes prevailing at the time of opening PQ Bid versus time
of supply of the items while seeking claim towards increase in statutory taxes
in India/State of India. In case no extra payment is claimed by the bidder
towards increase in statutory taxes, a certificate/undertaking is required to be
given by bidder that statutory tax has not decreased during the period between
date of opening PQ Bid & date of supply of the items. Any decrease in statutory
taxes between the above said periods shall be passed to AAI while claiming
payments. If supplies are delayed for reasons attributed to the suppliers, the

Page 93 of 123
increase rate of statutory taxes shall be borne by the supplier. However, any
benefit accruing due to decrease in statutory taxes shall be passed on to AAI.
7. Service Tax on the value of services rendered to AAI, shall be reimbursed on
production of service Tax challan to those bidders who are having valid service
tax number in India or otherwise AAI shall calculate the Service Tax on the
value of services rendered in India and deposit to Govt. of India and obtain
CENVAT benefit.
8. Overseas supplier obtaining the services from their Indian agent for SITC work
shall pay service Tax directly to them and AAI shall not pay the service tax for
third party. However, overseas bidder shall indicate cost component of services
intends to be provided through his Indian agent and name of the Indian agent.
In that case, AAI shall reimburse the service Tax component on production of
proof of service tax payment to Indian Agent.
9. Bidders quoting in foreign currency, shall quote price bid in USD/EURO/GBP .
The rate of foreign exchange (in Economics Times on the day of opening of
tenders "PQQ") will be taken as the foreign exchange rate for the purpose of
evaluation.
10. Bid shall be converted into INR for the purpose of evaluation.
11. Bidder has to indicate the cost of each line items as per the format indicated
in Annexure-1A. In case, bidder has not indicated cost of any line item then it
is presumed that the cost has been absorbed in other line items. Nothing extra
will be paid.

Page 94 of 123
Annexure - II -A
COMPREHENSIVE LIST OF SPARES FOR ADS-B SYSTEM ONLY
(LRUs / PCBs / MODULES)
S.No. Spares Description Make/ Part No. Vendor

1.
2.
3.
&
So
On

LIST OF CRITICAL SPARES


(LRUs / PCBs / MODULES)
S.No. Spares Make/ Vendor Qty. in Qty. as
Description Part No. use in spare
proposed
system
1.
2.
3.
&
So
On

LIST OF RECOMMENDED SPARES


(LRUs / PCBs / MODULES)
S.No. Spares Make/ Vendor Qty. in Qty. as
Description Part No. use in spare
proposed
system
1.
2.
3.
&
So
On

1. The Contractor shall upload Comprehensive/Critical/recommended list of spares,


WITHOUT INDICATING THE PRICE in above format along with Technical Bid.

Page 95 of 123
. Annexure - II -B
COST OF COMPREHENSIVE LIST OF SPARES FOR ADS-B SYSTEM ONLY
(LRUs / PCBs / MODULES)
S.No. Spares Description Make/ Part No. Vendor Total Price
In Figure In Words
4.
5.
6.
&
So
On

1. TheContractorshalluploadComprehensivelistofsparesforonesetofADSBGroundsystem
indicating the prices of each module (exclusive of Freight, Insurance and custom duty) , in
aboveformatalongwithFinancialBid.Thetotalcostofallsparesmoduleshallbetallywith
lineitemoffinancialbidi.e.Spares_cost_Overseas

2. Incaseanyofthemodule/card/itemfailswithinwarrantyofequipmentandthecostofsame
notindicatedinthecomprehensivelistofsparesasmentionedabovethenthesuppliershall
havetosupplytwo(2)numbersofthatModule/Card/Iteminadditiontorepairing/replacing
thefailedModule/card/ItemfreeofcosttoAAI.

Page 96 of 123
Annexure- III
PORTCONSIGNEE

Name & Full Address :

INSTALLATIONSITES(ULTIMATECONSIGNEE)
Northern Region 1. AIRPORT DIRECTOR, CHANDIGARH

2. AIRPORT DIRECTOR, KHAJURAHO

3. AIRPORT DIRECTOR, SRINAGAR

Eastern Region 4. AIRPORT DIRECTOR, PORT BLAIR for


CAMPBELL BAY
5. AIRPORT DIRECTOR, RAIPUR

Western Region 6. AIRPORT DIRECTOR, GOA

7. AIRPORT DIRECTOR, INDORE

Southern Region 8. AIRPORT DIRECTOR, TIRUPATI

9. AIRPORT DIRECTOR, MADURAI

10. AIRPORT DIRECTOR, AGATTI

Page 97 of 123
Annexure IV
PROFORMAFORPERFORMANCEBANKGUARANTEE(PBG)

1. 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 Airports Authority of India and ......
[here-in-after called the said Contractor(s)] for the work: SITC of 10 ADS-B
ground system [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(s) 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 (Rupeesonly) on demand by AAI.

1. 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(s). 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).

2. 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 (s) in
any suit or proceeding pending before any court or tribunal relating thereto, our
liability under this present being absolute and unequivocal.

3. The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the contractor(s) shall have no claim against
us for making such payment. 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
Page 98 of 123
or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till Project-in-charge on behalf of AAI certified that the terms and
conditions of the said agreement have been fully and properly carried out by the
said contractor(s) and accordingly discharges this guarantee.

4. 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 said contractor(s) 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(s) 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 said contractor(s) or for any forbearance, act or omission on the part of AAI
or any indulgence by the AAI to the said contractor(s) 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.

This guarantee shall not be discharged due to the change in the constitution of the
Bank or the contractor(s).

We.(indicate the name of the bank) lastly undertake not to revoke this
guarantee except with the previous consent of AAI in writing.

5. 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 INR (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 99 of 123
Annexure V

PROFORMAFORSUBMITTINGELIGIBILITYREQUIREMENTANDUNDERTAKING

To,
Executive Director (CNS-Planning)
Airports Authority of India,
Rajiv Gandhi Bhawan,
Safdarjung Airport,
New Delhi - 110 003.

Sub: Submission of Tender for SITC of ADS-B ground system at 10 Airports.

Sir,
Having examined the conditions of contract and specifications including addenda,
I/we, the undersigned, offer to undertake SITC of ADS-B ground system at 10 Airports in
conformity with the specifications, terms & conditions of Tender.

i) 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. 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 may be treated as withdrawn.
ii) I/We hereby submit the earnest money of INR 26,70,000 for the Tender for the above
mentioned work in the form of Online Transfer/EMD Bank Guarantee.
iii) I/We hereby submit the Integrity Pact in the prescribed format (Annexure VII), duly
signed by the authorized signatory of the bidder.
iv) Bid submitted by us is digitally signed, and prepared so as to prevent any subsequent
alteration and replacement.
v) That, I/We declare that I/we have not paid and shall not pay any bribe to any officer
of AAI for awarding this contract at any stage during its execution or at the time of
payment of bills, and further if any officer of AAI asks for bribe/gratification, I shall
immediately report it to the Appropriate Authority in AAI.
vi) That, I/We undertake that AAIs tender document shall form part of contract
agreement.
vii) We understand that you are not bound to accept the lowest or any bid, you shall
receive. AAI may change, at its discretion tendered quantities maximum by 25
percent.

Page 100 of 123


viii) Bid submitted on Central Public Procurement Portal is valid for a period of 180 days
and 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 Bidder

Name .
Telephone: .
Fax/Email/Stamp.

Witness...................
Signature....................
Address......................
Enclosures: a) ______________ b) ________________

Page 101 of 123


Annexure VI

PROFORMAFOREMDBANKGUARANTEE
(On Non-judicial stamp paper of Rs.100.00)
The Chairman,
Airports Authority of India,
CHQ, Rajiv Gandhi Bhavan,
Safdarjung Airport,
New Delhi 110 003,
INDIA

Dear Sir,

WHEREAS, contractor...................... (Name of contractor) (Hereinafter called 'the contractor")


has submitted his tender dated..................................... (date) for
the
" (Hereinafter
called "the Tender)
KNOW ALL PEOPLE by these Presents that we....................................... (Name of bank)
having our registered office at............................................ (Hereinafter called the bank) are
bound unto .. (Name of Senior Manager) (Hereinafter
Called the Engineer -In-Charge') in sum of
Rs......................................................................................... (Rs. in
Words.............................................................................) for which
payment well and truly to be made to the said Engineer -In-Charge the Bank binds itself, his
successors and assigns by these presents.
SEALED with the common seal of the said Bank this............... day of
.. 20.
THE CONDITIONS of this obligation are:
(1) If after tender opening the Contractor withdraws, his tender during the period of validity
of tender (including extended validity of tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the Engineer-
in-Charge:
(a) Fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required; OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and instructions to contractor, OR
(c) Fails or refuses to start the work, in accordance with the provisions of the contract
and instructions to contractor, OR
(d) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this bank
Guarantee, against Security Deposit after award of contract.

Page 102 of 123


We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first
written demand, without the Engineer-in-Charge having to substantiates his demand, provided
that in his demand the Engineer-in-Charge will note that the amount claimed by his is due to
him owing to the occurrence of one or any of the above conditions, specifying the occurred
condition or conditions,
This Guarantee will remain in force up to and including the date after the
deadline for submission of tender as such deadline is stated in the instructions to contractor or
as it may be extended by the Engineer-in-Charge, notice of which extension(s) to the Bank is
hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than
the above date.

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


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

Page 103 of 123


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.amount..
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 104 of 123


Annexure VII
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 .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 SITC of ADSB Ground System at 10 Airports. 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 nongovernmental
organization Transparency International ( T I ) 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 for SITC of ADSB
Ground System at 10 Airports in response to the NIT (Notice Inviting Tender) dated
Contractor is signing the contract for execution of
NOW, therefore,

Page 105 of 123


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.
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 precontact 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

Page 106 of 123


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 postcontract 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 nonsubmission of bids or any actions to restrict competitiveness
or to introduce cartelization in the bidding process.

Page 107 of 123


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 precontract
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.

Page 108 of 123


3.10 The Bidder/Contractor will inform to the Independent External Monitor, if
(i) He receives demand for an illegal/undue payment/benefit.
(ii) He comes to know of any unethical or illegal payment/benefit.
(iii) He makes any payment to any Authoritys 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 Bidders/Contractors 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.
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.

Page 109 of 123


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
0.5 Crores (Rupees zero point five Crores) and to submit the same to the Authority
alongwith the tender document/ contract before contract signing.
4.4 That subcontractor(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 0.5 Crores (Rupees Zero point five Crores) 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 subcontractor(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 110 of 123


(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.

Page 111 of 123


(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 (PBG) , 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 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 Monitors recommendations/ suggestions that no
reasonable doubt is possible in the matter.

Page 112 of 123


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/ SubContractors/ Associates:
That if the Authority receives any information of conduct of a Bidder/ Contractor
or SubContractor or of an employee or a representative or 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/ SubContractors/ 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

Page 113 of 123


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 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 2 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 AntiCorruption 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 and jurisdiction is the
Corporate Headquarter /the Regional Headquarter / office of the Authority, as
applicable.

Page 114 of 123


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.
13. Company Code of Conduct
Bidders are also advised to have a company code of conduct (clearly rejecting the use of
bribes and other unethical behavior) and a compliance program for the implementation
of the code of conduct throughout the company.
14. The parties hereby sign this Integrity Pact at _____________ on _______________
Buyer BIDDER
Name of the Officer CHIEF EXECUTIVE OFFICER
Designation
Deptt./Ministry/PSU
Witness Witness
1. __________________________ 1. ____________________________
2. __________________________ 2. ____________________________
_ _

Page 115 of 123


ANNEXURE VIII

PROFORMA FOR UNDERTAKING
[TO BE SUBMITTED WITH ELIGIBILITY CRITERIA]
To,
Executive Director (CNSPlanning)
Airports Authority of India,
Rajiv Gandhi Bhawan,
Safdarjung Airport,
New Delhi 110 003.

Ref.: SITC of ADSB Ground System at 10 Airports

Sub: Undertaking

Sir,
In compliance with the tender requirement for the abovereferred work:
1. I/We undertake that, our firm or any of our firms Partners or Directors have not been
blacklisted and no case is pending and no 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: _________________________
Email: ______________________
Stamp: ______________________
Page 116 of 123
ANNEXURE IX

PQ PERFORMA/CHECKLIST FORMAT TO BE SUBMITTED
BY THE BIDDER ALONG WITH PQ BID
Name of work: SITC of ADSB Ground System at 10 Airports

1.1 Bidder Agency Name: ___________________________________


Postal Address: ___________________________________
___________________________________
___________________________________
Tel., Fax No. and ___________________________________
email address of the bidder ___________________________________
2.1 Confirm whether the bidder firm is: Tick on one appropriate box only:
OEM or Indian Agent (IA)/Authorized
Representative (AR) of OEM. OEM:
Indian Agent of OEM:
Auth. Representative of OEM:

2.2 In case the bidder is OEM or AR of OEM or SI


Yes/No
of offered equipment, has the bidder uploaded
undertaking as per AnnexureX

2.3 Is the bidder a registered firm in India or in Bidder firm is registered in India or
any other country? _______________ (Specify Country)
Credential as Indian/Foreign registered
bidder firm enclosed
(Document Reference/Page No. ___)
2.4 Foreign/Principal OEM firms shall enclose all Indian Partners/Firms/Representatives:
details of their Indian Agency Name: ____________________
Partners/Firms/Representatives along with Authorized contact person:
irrevocable Letter of Representation valid up ________________________________
to concurrency of tender/contract. Postal Address: ___________________
__________________________________
Tel., FAX, Email: _________________

Irrevocable Letter of Representation valid up
to concurrency of tender/contract enclosed

(Document Reference/Page No. ___)
2.5 Has the bidder enclosed unconditional Undertaking as per Annexure V is enclosed
acceptance of the bid as per AnnexureV (Document Reference/ Page No. ____).
2.6 Has the bidder submitted undertaking as per Undertaking as per AnnexureVIII is
Annexure VIII enclosed (Document Reference/Page No. ___)
2.7 Indian bidder firms and Foreign Firms having PAN: _______________
permanent establishment in India shall Service Tax Reg. No.: _____________
provide the details of PAN, Service Tax VAT TIN: _______________
Registration No. & VAT TIN (Document Reference/Page No. ___)
3.0 Experience details as per Tender Clause 3.7
3.1 Work No. 1
3.1.1 Name of work

Page 117 of 123


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 Relevant portion of contract enclosed
(Document Reference/Page No. 1718)
3.1.6 Performance/Experience Certificate Copy enclosed
(Document Reference/Page No. 18)
3.1.7 Whether the work experience from Govt. In case the work experience of private client,
Organizations or 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 has
been executed
3.2.3 Date of completion
3.2.4 Completion cost
3.2.5 Purchase/Work Order Relevant portion of contract enclosed
(Document Reference/Page No. 1718)
3.2.6 Performance/Experience Certificate Copy enclosed
(Document Reference/Page No. ___)
3.2.7 Whether the work experience from Govt. In case the work experience of private client,
Organizations or 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 Relevant portion of contract enclosed
(Document Reference/Page No. 1718)
3.3.6 Performance/Experience Certificate Copy enclosed
(Document Reference/Page No. ___)
3.3.7 Whether the work experience from Govt. In case the work experience of private client,
Organizations or 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 201314 Rs. __________
4.1.2 Year 201415 Rs. __________
4.1.3 Year 201516 Rs. __________
4.1.4 Average Rs. __________
5.1 Details of Tender Fee paid. Transaction ID: ___________________/Submitted
Offline

Page 118 of 123


5.2 Details of EMD 3. Bank Guarantee No.
____________ ______________
Date ____________ Bank
___________________________
Amount
________________________
Validity _____________________
OR
4. NSIC Registration
Certificate (In case EMD
exemption claimed)
(Document Reference/Page No. ___)
6.1 Has the bidder read all the Sections and Yes/No
Annexure contained in this tender, and
corrigendum and prebid queries replies (if
any)?
7.1 Has the bidder submitted Integrity Pact duly Yes/No
signed by authorized signatory and witness?
7.2 Has the bidder numbered all pages of the Yes/No
submitted documents and enclosed an index
page with document reference?
7.3 Has the bidder uploaded digitally signed copy Yes/No
of tender as a proof that he has read and
understood the complete terms and condition
of Tender.
7.4 Power of Attorney for the Authorized Yes/No
person(s) as per AnnexureXIII
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 119 of 123


ANNEXURE- X

PROFORMA FOR DECLARATION REGARDING ORIGINAL EQUIPMENT MANUFACTURER


(OEM) OR AUTHORIZED REPRESENTATIVE (AR)/INDIAN AGENT (IA) OF OEM BIDDER

[TOBESUBMITTEDWITHPQELIGIBILITYCRITERIA]
To,
Executive Director (CNSP)
Airports Authority of India
Rajiv Gandhi Bhawan
Safdarjung Airport
New Delhi 110 003

Sub.: SITC of ADSB Ground System at 10 Airports

Sir,
I/We, _________________________________________ (Manufacturer Name with Address) who are
established and reputed manufacturer of ADSB Ground systems, having factory at
_______________________________________________________________________________________________ (Address).

1. I/We are participating in the tender as OEM.
OR
2. I/We do hereby authorize ______________________________________________________________ (Bidder
Name with complete Address) to participate in this tender on behalf of M/s.
____________________ (OEM).

I/We confirm that No Company or firm or individual other than M/s. _______________
_______________________________________________________________ (Bidder Name) is authorized to bid, and
conclude the contract in regard to this tender.

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 10 (TEN) years in India as
per this tender.
Thanking you,
Yours faithfully,
Dated:
Signature of the authorized signatory of OEM
Name: ____________________________
Agency: ___________________________
Telephone: ________________________
Fax: ______________________________
Email: ___________________________
Stamp: ___________________________

Page 120 of 123
ANNEXUREXI

COMPLIANCE MATRIX TO BE UPLOADED ALONG WITH TECHNICAL BID


Sr. Description/ Documents Remarks
No. Statement uploaded
On CPP Portal
1. Technical Documentation as per para 4.2 Yes/No
of part A
2. Uploaded RMA Figure, Methodology for Yes/No
RMS Analysis & RMA Calculations and
documents as per para 4.4 to 4.7 of part
A
3. Comprehensive/Recommended /Critical Yes/No
list of spares without price as per para
4.10 of part A in AnnexureIIA
4. Bill of quantity without indicating price as Yes/No
per para 4.11 of part A
5. Compliance Profile as per para 4.14 of part Yes/No
A
6. Deviation sheet as described in para 4.14.5 Yes/No
of part A
7. Digitally signed copy of signed tender Yes/No
document as per para 4.14.6 of part A


















Page 121 of 123


ANNEXUREXII

COMPLIANCE MATRIX TO BE UPLOADED ALONG WITH FINACIAL BID


Sr. Description/ Documents Remarks
No. Statement uploaded
On CPP Portal
1. Uploaded financial bid as Annexure1A & Yes/No
1B
2. Uploaded Comprehensive cost of spares Yes/No
as per para 5.3 of PartA as per
AnnexureIIB
3. Uploaded rate of statutory Taxes and Yes/No
currency of quote, as per para 5.1.16 of
PartA
4. Uploaded rate of Custom duty tariff for Yes/No
each line item (i.e., Hardware, Software,
etc.) quoted in the Financial Bid, as per
para 5.1.17 of PartA

























Page 122 of 123
ANNEXURE XIII

Power of Attorney Format for the Authorized Person(s)

(Bidder shall submit irrevocable power of attorney on a nonjudicial 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 SITC of ADSB Ground System at 10
Airports 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 its 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 123 of 123

Potrebbero piacerti anche