Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Tendernotice 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 6

ISO 9001:2015

ISO14001:2015
Hkkjrh; foekuiÙku çkf/kdj.k
AIRPORTS AUTHORITY OF INDIA
ISO45001:2018
,l-oh-gokbZ vM~Mk]jk;iqj&492015
S.V. AIRPORT, RAIPUR-492015

No.AAI/RPR/AGM(E-C)/Covered Parking/2024 Dt. 31/05/2024

NOTICE INVITING e- TENDER (2 BOT- 2 Envelope Open Tender)


TENDER ID: 2024_AAI_197036_1

1. Item rate/Percentage rate/EPC e-tenders are invited through the e-tendering CPP portal by
Asstt. Gen. Manager (Engg-C), Airports Authority of India, Swami Vivekananda Airport
Raipur, telephone no. 0771-2277510, Ext-501 (Bid Manager) on behalf of Chairman, A.A.I.
from the eligible contractors for the work of “Provision of covered parking area at New
ATS Complex at S.V. Airport, Raipur.” at an estimated cost of Rs. 43.32 Lakhs
excluding GST with completion period of 06 (Six) Months including 2 months considered
for rain.
The tendering process is online at CPP-portal URL address
https://etenders.gov.in/eprocure/app or www.aai.aero. Prospective Tenderers may download
and go through the tender document.
Prospective Tenderers are advised to register themselves at CPP-portal, obtain ‘Login ID’ &
‘Password’ and go through the instructions available in the Home Page after login to the
CPP-portal https://etenders.gov.in/eprocure/app or www.aai.aero. They should also obtain
Digital Signature Certificate (DSC) in parallel which is essentially required for submission
of their application. The process normally takes 03 days’ time. The tenderer may also take
guidance from AAI help desk support through path aai.aero/tender/e-tender/help desk
support.
(i) For any technical related queries please call the Helpdesk. The 24x7 Help desk details
are as below:-
Tel: 0120-4711508,0120-4001002, 0120-4001005,0120-6277787
E-mail: support-eproc@nic.in
International bidders are requested to prefix 91 as country code.
Tenderers are requested to kindly mention the URL of the portal and tender ID in the subject
while emailing any issue along with the contact details.

Before submitting queries, bidders are requested to follow the instruction given in
“Guidelines to Bidders” and get their computer system configured according to the
recommended settings as specified in the portal at “System Settings for CPPP”.

(ii) For any further technical assistance with regards to functioning of CPP portal the bidder
may contact to the following AAI help desk numbers on all working days only between
 08.00 hrs to 20.00 hrs (Mon-Sat)-
011-24632950, Ext-3512(Six Lines) , E-Mail: -eprochelp@aai.aero
 09.30 hrs to 18.00 hrs (Mon- Fri)-
011-24632950, Ext-3523 , E-mail- etendersupport@aai.aero,
sanjeevkumar@aai.aero
 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail: - gmitchq@aai.aero
ENIT-1
Tender Processing fee of Rs. 1120/- (i/c GST) Non refundable will be required to be
paid online on CPP portal only.
Earnest Money Deposit (EMD) of ₹ 86,640.00 will be required to be paid online on
CPP portal only.

2. Following 2 envelope shall be submitted through online at CPP-Portal by the tenderer


as per the following schedule:-
CRITICAL DATA SHEET
Publishing Date 31-05-2024 from 18:00 hrs.
Bid Document Download/Sale Start Date 01-06-2024 from 09:30 hrs
Clarification Start Date 01-06-2024 from 09:30 hrs
Clarification End Date 10-06-2024 upto 18:00 hrs
Bid Submission Start Date 01-06-2024 from 09:30 hrs
Bid Submission End Date 24-06-2024 upto 18:00 hrs
Bid Opening Date (Envelope-I) 26-06-2024 at 11:00 hrs
Bid Opening Date (Envelope-II) 03-07-2024 at 11:00 hrs

Note: If the bidder has any query related to the Bid Document of the work, they should use ‘Seek
Clarification’ on CPP portal to seek clarifications. No other means of communication in this
regards shall be entertained.

Envelope-I (Technical Bid and Pre-qualification):-Bid containing following:


A. Technical Bid containing the following: -
i) Scanned copy of Tender Acceptance Letter on Bidder’s Letter Head.
ii) Scanned copy of Permanent Account Number (PAN) and GST Registration Number.
iii) Scanned copy of ‘Undertaking’ regarding Blacklisting / Debarment on Bidder’s Letter
head.
iv) Scanned copy of Form-A- details of similar works completed during last seven supported
with completion certificate issued by client.
v) Scanned copy of Form-B-Financial Information.
vi) Scanned copy of Form-C- Net Worth.
vii) Bidder shall submit scanned copy of ‘Undertaking’ on Company’s Letter Head that I/ We
will deploy sufficient plant and machinery as per the requirement of work in consultation
with the Engineer-in-Charge (E-I-C) to achieve the milestones/targets and overall
completion within the time period.
viii) Bidders other than propriety firm shall submit, scanned copy of Authorization
Letter/Power of Attorney along with copy of Certificate of Incorporation of the Company
under Companies Act showing CIN/LLPIN/Name of Directors of the Company & Copy
of Board Resolution regarding Authority to assign Power of Attorney. Proprietary firm
shall submit scanned copy of Authorization Letter/Power of Attorney only if the tender
is processed by a person other than proprietor.
ix) PQ Performa duly filled.

ENIT-2
B. Qualifying requirements of contractors/tenderers containing the following:

i. Should have successfully completed or substantially completed three works, each of Rs.
17.33 Lakhs or two works, each of Rs. 21.66 Lakhs or one work of Rs. 34.66 Lakhs in a
single contract of similar nature of works i.e. any civil construction work involving steel
works/cement concrete works during last 07 (Seven) years ending on last day of month
previous to the one in which tenders are invited. The details of similar works completed
during last seven years in the given format-Form-A with supporting documents issued by
client.

Note:
1. The Experience Certificates of works completed pre GST era, Completion amount will
be divided by 1.12 (to exclude pre GST taxes) to make it at par with experience
certificates of post GST era but excluding GST.
2. The Tenders invited for Annual Rate Contracts for O&M/ AMC/ CMC works, agency
having experience of completed AMC contract of more than one year shall be counted
for the value of work for a completed one year on pro data basis. However, the agency
who has completed one year of work in running AMC contract of more than one year,
may be counted for the value of work for a completed one year on pro-rata basis.
3. Experience gained by executing work on back-to-back contract/ Sub-contract basis is
acceptable in the following conditions:
(a) Work should be actually executed by the second agency (sub-contractor) with due
concurrence of the owner as tripartite agreement/ written approval. It should be
backed by valid agreement and experience certificate.
(b) Payments received by second agency should be reflected in TDS certificates.

4. Experience gained in composite works for the specialized nature of works (List of
Specialized Items / Jobs/ Works are mentioned at Para 35.3 of AAI Works Manual)
were executed by main contractor either by in-house expertize & experience or by
engaging the specialized agencies with the approval of main client as per contract
conditions. In such cases, main contractor as well as specialized agency both get the
experience certificate for the same work from their respective client(s) i.e. main
contractor for composite work along with specialized works from owner and
specialized agency for specialized work(s) from the main contractor.

In this situation, the experience certificate of either specialized agency or main agency
having in-house expertise & experience, who has actually executed the specialized
work(s), shall be considered for Technical /Pre-qualifying criteria in similar specialized
nature of work(s).

5. Substantial completion shall be based on 80(eighty) percent of awarded cost or more


value wise works completed under the contract.

“The value of executed works shall be brought to current costing level by


enhancing the actual value of work at simple rate of 7% per annum, calculated
from the date of completion to date of bid opening (Cover-I/ Technical bid)”.

Client certificate for experience should show the nature of work done, the value of work
date of start, date of completion as per agreement, actual date of completion and
satisfactory completion of work. Tenderers showing work experience certificate
ENIT-3
from non-government / non-PSU organizations should submit copy of tax
deduction at sources (TDS) certificate(s) along with a certificate issued by
registered Chartered Accountant and having UDIN, clearly specifying the name of
work, total payment received against the work and TDS amount for the work.

ii. Should have Average Annual Financial Turnover of Rs. 13.00 Lakhs on construction
works during last three years ending 31st March of the previous financial year.The
Financial Information shall be submitted in the given format – Form-B .Tenderer showing
continuous losses during the last three years in the balance sheet shall we summarily
rejected.

iii. The tenderer should have a minimum net worth of Rs. 6.50 Lakhs issued by certified
Chartered Accountants. The Certificate should be submitted in the given format- Form-C.

*For Start-ups bidders and Sub-contractors, for repair works estimated cost of upto Rs. 30
lakhs, the requirements regarding General Construction Experience, Particular
construction Experience and Available Bid Capacity may not be insisted upon provided
the bidders fulfil other criteria regarding Financial/ Personnel/Equipment capabilities.
However, to avoid overstretching of their resources, no such contractors may be allowed
to hold more than 2(Two) contracts under relaxed credentials, at any given time.

Envelope-II : - The Financial e- Bid through CPP portal.

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

3. Refund of EMD

EMD deposited by all the bidders except the confirmed lowest bidder shall be returned
within one week from the date of opening of the financial bid. EMD of the successful
bidder shall be returned on receipt of Security Deposit equivalent to EMD amount/
performance bank guarantee.

4. Bid Submission: -
The tenderer shall submit their application only at CPP Portal:
https://etenders.gov.in/eprocure/app. Tenderer/ Contractor are advised to follow the
instructions provided in the tender document for online submission of bids. Tenderers are
required to upload the digitally signed file of scanned document as per Para 2. Bid
document s may be scanned with 100 dpi with Black and white option which helps in
reducing size of the scanned document.
Uploading of application in location other than specified above shall not be considered.
Hard copy of application shall not be entertained.
5. Not more than one tender shall be submitted by one tenderer or tenderers having business
relationship. Under no circumstances will father and his son(s) or other close relations who
ENIT-4
have business relationship with one another (i.e. when one or more partner (s) / director(s)
are common) be allowed to tender for the same contract as separate competitors. A breach
of this condition will render the tenders of both parties liable to rejection.
6. Tenderer who has downloaded the tender from Central Public Procurement Portal (CPPP)
website http://etenders.gov.in/eprocure/app, shall not tamper/ modify the tender form
including downloaded price bid template in any manner. In case if the same is found to be
tampered/ modified in any manner, tender will be completely rejected and EMD would be
forfeited and tenderer is liable to be banned from doing business with AAI.

7. Bids Opening Process is as below: -


Envelope–I (Technical Bid and Pre-qualification):
Envelope-I containing documents as per para 2 (A) and (B) (uploaded by the tenderers)
shall be opened on date & time mentioned in CRITICAL DATA SHEET.
If the bidder has any query related to the Bid Document of the work, they should use ‘seek
clarification’ on CPP portal to seek clarifications. No other means of communication in
this regard shall be entertained.
If any clarification is needed from the tenderer about the deficiency in his uploaded
documents in Envelope –I, he will be asked to provide it through CPP Portal, if required.
The tenderer shall upload the requisite clarification / documents within time specified by
AAI failing which it shall be presumed that bidder does not have anything to submit and
bid shall be evaluated accordingly.

The intimation regarding acceptance /rejection of their bids will be intimated to the
tenderers through CPP portal.

Envelope – II (Financial Bid) :

Envelope-II containing financial bid of the tenderers found to be meeting the technical
criteria and qualifying requirements shall be opened on date & time mentioned in
CRITICAL DATA SHEET. (In case the date and time for opening of Envelope-II
(financial bid) is required to be changed, the same shall be intimated through CPP
Portal).

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

9. AAI reserves the right to disallow the working agencies whose performances at ongoing
project(s) is below par and usually poor and has been issued letter of restrain / Temporary
/ Permanent debarment /black listing by any department of AAI. AAI reserves the right
to verify the credential submitted by the tenderer at any stage (before or after the
award the work). If at any stage, any information/documents submitted by the
applicant are found to be incorrect / false or have some discrepancy which
disqualifies the firm then AAI shall take the following action:

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


b) The tenderer shall be liable for debarment for a period upto two years from
tendering in AAI, including termination of the contract apart from any other
appropriate contractual/legal action.
ENIT-5
10. Consortium/Joint Ventures companies shall not be permitted.
11. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.
12. Concession to Indian, Micro & Small Enterprises (MSEs) units registered with
DIC/NSIC/KVIC/Directorate of Handicraft and Handloom etc., to be given as per the
provision of public Procurement Policy for MSEs order 2012 with up to date
amendments, shall be applicable for tenders of supply/services and shall not be
extended to construction work.

13. Tenderers have to submit Unique Document Identification Number (UDIN) generated
documents like Financial information (Turnover with loss/ profit), Net worth
Certificate etc. as per NIT conditions duly certified by CA and having UDIN. The
documents submitted by bidders without UDIN shall not be entertained.

14. Department of Promotion of Industry and Internal Trade (DPIIT), Ministry of


Commerce and Industry, Government of India, issued Public Procurement (Preference
to Make in India), Order 2017 vide OM No. P-45021/2/2017-PP(BE-II) dated
16.09.2020 is applicable.

15. Requirement of registration by the Bidder from a country sharing land border with India
based on order No. F No. 6/18/2019-PPD dated 23/07/2020 of Government of India,
Ministry of Finance, Department of Expenditure (Public procurement Division) with up
to date amendments, regarding restriction under Rule 144(xi) of the General Financial
Rules (GFR) 2017 shall be applicable. Bidder shall submit scanned copy of
‘Undertaking’ on Company’s letter head in this regard. (Annexure- LBS)

Asst. General Manager (Engg-C)


AAI, S.V. Airport, Raipur
(For and on Behalf of Chairman, AAI)

Signature Not Verified


Digitally signed by VINAY KUMAR
TAMRAKAR
Date: 2024.05.31 17:17:07 IST
ENIT-6 Location: eProcurement System for Central
PSUs

You might also like