AIRPORTS AUTHORITY OF INDIA
DEPARTMENT OF OPERATIONS
TERMINAL MANAGEMENT
TENDER DOCUMENT
FOR
Mechanized Environmental Support
Services (Up-Keeping) work at V.S.I. Airport, Port Blair (For 02 years 2020-2022)
Tender ID: 2020_AAI_51484_1
I N D E X
Name of Work: Mechanized Environmental Support Services (Up-keeping) work at Veer Savarkar International Airport, Port Blair
S. No.
Description
Page No.
From
To
1
Notice Inviting e- Tender (News Paper)
3
3
2
Notice Inviting e- Tender
4
15
3
Check list format to be submitted by applicants along with tender application
16
17
4
Tender Declaration
18
18
5
Notice Inviting Tender
19
26
6
General Conditions of Contract
27
106
7
Special Conditions of Contract
107
177
8
Schedule of Quantities (Schedule “A”)
90
91
9
Schedule of Quantities (Schedule “B”)
178
181
This Notice Inviting e-Tender Document Contains 181 Pages serially numbered excluding index & cover page.
Sd/-
(Bid Manager)
For Press
AIRPORTS AUTHORITY OF INDIA
e - TENDER NOTICE
Airports Authority of India invites item rate e-Tender for the work of “Mechanized Environmental Support Services (Up-keeping) work at Veer Savarkar International Airport, Port Blair” at an estimated cost of Rs. 2,69,51,608/- (Rupees Two Crore Sixty-Nine Lakhs Fifty-One thousand six hundred and eight only) with completion period of Two (02) years and and extendable for further Two (02) years subject to satisfactory performance. Tender Fees shall be paid up to 1700 hrs on 16-07-2020. Last date of submission of e-bid through portal is up to 1700 hrs on 16-07-2020.
For details information log on to web site www.aai.aero or www.airportsindia.org.in or https://etender.gov.in/eprocure/app. Further clarification / corrigendum in this regard, if any, will be put up on AAI/e-tender web site.
AIRPORTS AUTHORITY OF INDIA
FOR WEB SITE ( Annexure B)
NOTICE INVITING e-TENDER
Item rate tenders are invited through the e-tendering portal https://etenders.gov.in/eprocure/app by Airport Director, Veer Savarkar International Airport, Port Blair-744103, Airports Authority of India, on behalf of Chairman, AAI, from registered Firms / Companies / specialized agencies / Contractors having experience, for the work of “Mechanized Environmental Support Services (Up-keeping) work at Veer Savarkar International Airport, Port Blair at an estimated cost of Rs. 2,69,51,608/- (Rupees Two Crore Sixty-Nine Lakhs Fifty-One thousand six hundred and eight only with period of completion Two (02) years and extendable for Two (02) years subject to satisfactory performance.
The tendering process is online at e-portal URL address https://etenders.gov.in/eprocure/app or www.aai.aero Aspiring bidders may go through the tender document by login the CPP Portal.
Prospective Tenderers are advised to get themselves acquainted for e-tendering participation requirements at "Guidelines for bidders", register themselves at AAI e-tendering portal, obtain 'User ID' & 'Password' and go through the 'Self Help Files' available in the Home Page after log in to the 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.
For any technical assistance with regard to functioning of CPP Portal the bidder may contact to following AAI help desk number between 08.00 hrs to 19.00hrs:
011-24632950, Ext: 3512, 3505 & 3523; E.Mail address: eprochelp@aai.aero; sanjeevkumar@aai.aero
Tender fees of Rs 1120/-(Rupees One thousand One Hundred and Twenty Only) (Tender fee of Rs 1000+ GST of Rs 120) non-refundable will be required to be paid by way of offline in the form of Demand Draft / Bankers cheque from Nationalized or scheduled bank (but not from co-operative or Gramin Bank). Last date and time of submission of tender documents is 16-07-2020 upto 1700 hrs.
EMD of the value Rs 5,39,000/- (Rupees Five Lakhs Thirty Nine Thousand) shall be accepted offline in the form of Demand Draft / Bank Guarantee from Nationalized or scheduled bank (but not from co-operative or Gramin Bank).
The original Demand Draft/ any other accepted instruments against tender fee & EMD should be Speed Post to the concerned officials as specified in the tender document. The details of Demand Draft physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time.
Following two envelopes shall be submitted through on-line at e-portal by the bidder. Last date and time of submission of bids (Envelope I & II) is 16-07-2020 Upto 1700 hrs.
Envelope-I: - Containing qualifying requirements of Contractor / Firm: - The tenderer shall submit their application on e-tendering portal, fill-up the required information and upload the digitally signed file of scanned documents and firm's bio-data in support of their meeting each criteria mentioned below in the portal. Hard copy of application shall not be entertained.
Qualifying requirements of contractor / firms:
Agency specialized in the similar nature of work and registered with Registrar of Companies / Firms / Central Govt. / State Govt. as the case may be and having Permanent Account Number.
The Bidder should have experience of similar works (definition of similar works as below) during the last seven years ending on 31.03.2020. The bidder has to submit the relevant work experience certificates to the tune of 03 works each of 40% of annual estimated value (or) 02 works each of 50% of the annual estimated value (or) 01 work of 80% value of the annual estimated value in last 07 years.
Similar works mean – Mechanized cleaning of airport terminals, non-residential corporate office buildings / Cyber city, MNC Buildings, shopping malls / complex, Five Star Hotels/ Corporate Hospitals/ metro rail premises etc.
Client certificate for experience should show the nature of work done, the value of work, date of start, date of completion as per agreement / status of ongoing work. Firms showing work experience certificate from non-government / non-PSU organizations should submit copy of tax deduction at sources certificate in support of their claim for having experience of stipulated value of work.
Should have annualized average financial turnover of Rs. 40,42,741/-(Rupees Forty lakhs forty-two thousand four hundred and seventy-one only) against works executed during last three years ending 31st March of the previous financial year. As a proof, CA verified/ attested copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the firm should be submitted along with the application. Firms showing continuous losses during the last three years in the balance sheet shall be summarily rejected.
The Bidders to submit the proof of the owning the machineries or hire agreement with the Equipment Owners (On Stamp Paper of Rs 100/-) as mentioned in Annexure –A
Technical Bid containing scanned copy of the Unconditional Acceptance of AAI’s Tender Conditions and EMD, non- black listing Affidavit and integrity pact (if applicable).
Scanned copy of the Earnest Money Deposit value Rs 5,39,000/- (Rupees Five Lakhs Thirty Nine Thousand) to be submitted through e-tendering portal along with the Unconditional Acceptance of the AAI’s Tender Conditions / integrity pact.
CLARIFICATION ON TECHNICAL BID EVALUATION.
The technical bids shall be evaluated based on the available documents submitted by the bidder. To assist in the examination, evaluation, and comparison of the bids, and qualification of the bidders, the client may, at its discretion, ask any bidder for a clarification of its bid. Any clarification submitted by a bidder that is not in response to a request by the client shall not be considered. The client’s request for clarification and the response shall be in writing.
If a bidder does not provide clarifications of its bid by the date and time set in the Client’s request for clarification, its bid may be rejected.
Client also reserves right to seek confirmation/clarification from the issuer agency, on the supporting documents submitted by the bidder.
TECHNICAL BID EVALUATION (SEGREGATED TYPE) (Additional Eligibility Criteria)
1. The Client shall follow the system where the technical bid and financial bid shall be evaluated separately.
2. The tendering evaluation shall be done on weightage with 70% to technical evaluation and 30% to financial evaluation.
3. The technical bid evaluation shall be done based on the following criteria:
4. During the technical evaluation stage, each bidder shall be assigned different marks out of a total of 100 marks, as per the criteria specified below:
S.No
Criteria
Max Marks
Conditions & Score
Remarks/Documents for submission in technical bid folder
01
Firm turnover
20
(a) If firm turnover >50 Cr (20 Marks)
(b) else If firm turnover more than 40 Cr but up to 50 Cr range (15 Marks)
(c ) else If firm turnover more than 30 Cr but up to 40 Cr range (10 Marks)
(d) else If firm turnover 20 - 30 Cr range (05 Marks)
(e) firm turnover < 20 Cr (02 Marks)
Firm turnover is defined as the average turnover from facility management services over the last 3 years.
Charted Accountant verified / audited turnover statements to be furnished as proof for the same
02
Scale & Size of Operations
15
(a) Single work of similar nature > 5 Cr during awarded work duration- 15Marks
(b) Single work of similar nature greater than 3.5 Cr but up to 5 Cr during awarded work duration - 10 Marks
(c) Single work of similar nature greater than 2 Cr but up to 3.5 Cr during awarded work duration - 05 Marks
(d) Single work of similar nature equal to or lesser than 2 Crores during awarded work duration - 02 Marks
Similar works mean – Mechanized cleaning of airport terminals, non-residential corporate office buildings / Cyber city, MNC Buildings, shopping malls / complex, Five Star Hotels/ Corporate Hospitals/ metro rail premises etc.
Client certificate for experience should show the nature of work done, the value of work, date of start, date of completion as per agreement / status of ongoing work
Level of satisfaction of client with work needs to be mentioned in the work experience certificate.
Highest work value performed over the last 7 years of the single work will be considered for evaluation with min. of 1 year of execution of contract completed (Ongoing works meeting above criteria will be considered)
03
No. of Projects
15
(a) No. of works of similar nature >= 7 - 15 marks
(b) No. of works of similar nature greater than 4 but lesser than 7 - 10 marks
(c) No. of works of similar nature greater than or equal to 2 and lesser than or equal to 4 - 05 marks
(d) No. of works of similar nature lesser than 2 - 02 marks
Definition of similar works - same as above but with at least 1 year duration. Work can be completed work / ongoing work and should have at least 1 year of work executed and should have been performed over the last 7 years.
Value of each works contract should not be < 02 Cr over awarded duration.
Self-Attested copy of experience certificates for completed work / ongoing work issued by the
Organization awarding work shall be acceptable. References of clients are also requested.
04
Manpower on Roll
15
(a) Overall manpower on roll > 2000 -15 marks
(b) Overall manpower on roll between 1001 - 2000 -10 Marks
(c) Overall manpower on roll between 500-1000 -05 Marks
(d) Overall manpower <500 - 02 Marks
Manpower on roll will be all employees on the books of the company on the date of release of the tender
Duly CA audited statement of manpower wages/ manpower roll for the previous four quarters to be submitted as part of the technical bid.
For winning contractor, EPFO Challan /bank account statement in support of available manpower (duly submitted to EPFO) in respect of the previous four quarters may be verified during award of contract. Inability to produce the same will lead to blacklisting of agency from future AAI MESS tenders
05
Quality Focus & Capability
10
OHSAS:18001 (>1 yr) - 10 Marks
QA certification should have been obtained at least a year before the date of the tender release.
Certification should be valid with undertaking for periodic renewal
06
Possession of Machinery
10
(a) If Book Value/Rent Value of Machinery > 5 Cr
-10 Marks
(b) If Book Value/Rent Value of Machinery between 3 Cr to 5 Cr
-06 Marks
(c ) If Book Value/Rent Value of Machinery 1 Cr or more but less than 3 Cr - 04 Marks
(d) If Book Value/Rent Value of Machinery < 1Cr
-02 Marks
The Bidders to submit the proof of the owning the machineries (invoice etc) OR Hire agreement with the Equipment Owners (On Stamp Paper of Rs 100/-) with details of the Book value/Rent Value of machineries as mentioned in Annexure-A on 31st March of the previous financial year. The machines in the possession of bidder should not be more than 05 years old.
07
Presentation
15
'Presentation by the firm on the work to be done;
(a) Work plan methodology (Chemicals / Machinery / Manpower) with cleaning plan for critical areas of referred airport - (05 marks)
(b) Worker retention / incentive plan (05 Marks)
(c) New Technology usage / Innovations in Housekeeping - (05 Marks)
'Presentation will be evaluated by a panel appointed by AAI on the aspects defined in scoring criteria
Bidders are encouraged to study the referred airport and also suggest improvements for upkeep. Bidder is supposed to explicitly detail out work plan of chemical usage (make and monthly consumption quantity), manpower deployment (quantity and qualifications) as well as machinery plan (no. of machines and make) in the presentation.
Work plan details of machinery, chemicals, manpower as well as innovations showcased in presentation will be added to work contract / agreement and contractor will be bound to adhere to it at all costs
Presentation needs to be given In-person and Date of Presentation will be intimated.
5. A Bidder should secure mandatorily a minimum of 70% marks (i.e. 70 marks our of total 100 marks as per para 4) in Technical Evaluation in order to be a qualified bidder for being eligible for Technical weightage and subsequently for opening of financial bids.
AAI reserves the right to lower the qualification marks of 70% if at least 2 bidders do not achieve the 70 marks out of total 100 marks as per para 4.
6. The total marks obtained by a Bidder in the technical bid (as per 4) shall be allocated 70% of technical weightage and the financial bids shall be allocated 30% of the financial weightage, and thereby making a total of 100% weightage for the complete bidding.
Illustration 1 (for Technical weightage)
If a Bidder has secured 80 marks out of the total 100 marks in technical evaluation after following para 4, his technical evaluation value shall be: 56 i.e. (80x70%)
7. The Bidder shall be required to produce attested copies of the relevant documents in support of 4 in addition to the documentary evidences for (PQQ Envelope-I) for being considered during technical evaluation.
8. A substantially responsive bid shall be one that meets the requirements of the bidding document in totality i.e. by following the procedures of Para 9. The technical bid not meeting the minimum requirements as per the tender documents shall be rejected and their financial proposals will be returned unopened.
(i) The responsiveness of the bid, i.e. receipts of duly filled, signed and accepted bid documents in complete form, including Authorization letter.
(ii) Receipt of valid EMD with requisite amount in acceptable format.
(iii) Documents in proof of meeting the minimum eligibility criteria.
(iv) Any other documents as required to support the responsiveness of the bidder, as per tender.
9. The bidder who qualified in the technical evaluation stage shall only be considered for opening of financial bids. Client shall intimate the bidders, the time / venue for the financial Bid opening.
10. FINANCIAL BID OPENING PROCEDURE
10.1 The Financial Bids of all the technically qualified Bidders shall be opened on the appointed date and time in presence of the qualified bidders / their authorized representatives, who choose to be present at the time of opening of the financial bids.
10.2 Absence of bidders or their authorized representatives shall not impair the legality of the process.
10.3 The financial bid price, as indicated in the financial bid submission form of each bidder shall be read out on the spot, however, it shall be clearly stated that the final financial bid price would be arrived at after detailed scrutiny /correction of arithmetical error in the financial bid.
10.4 Mere becoming the lowest bidder, prior to financial bid scrutiny will not give any right to the Lowest bidder to claim that he is successful in the bidding process. The successful bidder (L-1) shall be decided only after following due procedure as explained in Para 11.
11. FINANCIAL BID EVALUATION AND DETERMINATION OF THE SUCCESSFUL BIDDER
11.1 The financial evaluation shall be carried out and financial bids of all the bidders shall be given 30% of weightage.
11.2 The Bidder with the lowest bid Prices (L1) shall be assigned full 30 Marks (i.e.30% x 100) and his total scores of the bid shall be as per Illustration 2 below:
Illustration 2
If the Bidder at Illustration 1 is L-1 Bidder and quoted Rs. 500/- for being L-1, then his total value shall be 86 i.e. (56 Technical Value + 30 financial Value)
11.3 The financial scores of the other bidders (i.e.L-2, L-3 … ad so on) shall be computed as under and as explained at Illustration 3 below:
30 X 500 (Lowest prices i.e. L1 Price) / Quoted Value (L-2 OR L3..)
Illustration 3
If the Bidder at Illustration 1 is L-2 Bidder and he quoted Rs. 625/-, therefore 30% being the weighted value, the financial scores for L-2 shall be computed as under.
30X500(Lowest prices i.e. L1)/625(Quoted prices- L2) =24(financial score)
Therefore L-2 Bidder shall have total value of 80 (56 Technical Value + 24 Financial values)
11.4 The bidder’s ranking shall be arranged depending on the marks obtained by each of the bidder both in Technical Evaluation and Financial Evaluation.
11.5 The Bidder meeting the minimum eligibility criteria and with the highest Marks/rank (i.e. the total of technical evaluation marks and financial evaluation marks) shall be deemed as the successful Bidder and shall be considered eligible L-1 Bidder for further process.
11.6 If there is a discrepancy between words and figures, the amount in words shall prevail.
Envelope-II: - The Financial e- Bid shall be submitted in "Items" section of e-tendering portal. Unconditional rebate i.e. header discount (%) if any is to be put in "Bid Invitation Information Price Component" section only.
Original EMD (where BG/ DD is submitted), to be sent to O/o Airport Director, Veer Savarkar International Airport, Port Blair, Airports Authority of India on or before 21.07.2020 at 1700 hrs. Tender of the tenderers whose EMD (where BG/ DD is submitted) are not received by the time of the opening of pre-qualification of tender, then their tenders will be summarily rejected. Any postal delay will not be entertained.
Bid Opening process is as below: Bids shall be submitted online only at CPP Portal https://etender.gov.in/eprocure/app.
Envelope I containing scanned copies of the following documents (Related to Company Profile)
Registration Certificate of the Company
Proof of the Tender fees transactions
Attested copy of experience certificates for completed work / ongoing work issued by the organization where work has been performed shall be acceptable.
Proof of Owning / Hiring Agreement of Machinery / equipment / T&P as per Annexure -A
PAN Card Details
Turn Over Certificate
Balance Sheet showing Profit & Loss for the last three years.
Documents for the qualification bid (up loaded by the contractor / firms) shall be opened on 22-07-2020 at 1700 hrs the intimation regarding acceptance / rejection of their bids will be intimated to the contractor/s firms through e-tendering portal.
Envelope I should also contain following documents (Related to Tender / Works)
Scanned Copy of the EMD
Scanned Copy of the Affidavit on Stamp paper of Rs100/- for non- black listing of contractor and integrity pact (if applicable).
Scanned Copy of the Unconditional Acceptance of the AAI Contract Conditions
Documents for Technical Evaluation (Segregated type) having separate file of each criteria including hard copy of presentation in PPT(<15slides)
Technical Bid opening date is 22-07-2020 at 1700 hrs, any changes in the date of opening in the date shall be intimated through e-tendering portal.
If any clarification is needed from the bidder about the deficiency in his uploaded documents in Envelope – I, he will be asked to provide it through short fall folder in CPPP e-tender portal. The bidder shall upload the requisite clarification / documents within specified time by AAI, failing which the tender will be liable to be rejected.
Envelope-II: The financial bids of the contractors / firms found to be meeting the qualifying requirements and technical criteria shall be opened on 31-07-2020 at 1700 hrs (Tentative). (Depending on Technical Bid evaluation any changes in the date shall be intimated through e-tendering portal.)
CRITICAL DATES:
S.No
Activity
Date
Time in IST
1
Submission of pre-bid queries by bidders through e-portal
03-07-2020
1700 hrs
2
Submission of clarifications by AAI to the bidders queries
08-07-2020
1700 hrs
3.
Sale of Tender Document through e- portal
09-07-2020
1100 hrs
4
Last date of On line submission of bids envelopes, I & II on e-portal
16-07-2020
1700 hrs
5
Opening of envelope- I (Technical Bid) Eligibility bids on the e-portal
22-07-2020
1700 hrs
6
Opening of Envelope II (Tentative)
31-07-2020
1700 hrs
AAI reserves the right to accept or reject any or all applications without assigning any reason. AAI also reserves the right to call off the process of tendering at any stage without assigning any reason.
AAI reserves the right to disallow issue of tender documents to working agencies whose performance at ongoing works / project(s) is below par or unusually poor. And has been issued letter to restart/ temporary /permanent debar by any department of AAI. AAI reserve the right to verify the credentials submitted by the applicant submitted by the agency at any stage (before or after the award of the work) If at any stage, any information / documents submitted by the applicant is found to be false, or have some discrepancy which disqualifies the firm then AAI shall take following action:
Forfeit the entire amount of EMD submitted by the firm.
The agency shall be liable for debarment from the tendering in AAI, apart from any other appropriate contractual / legal action.
Consortium /Joint Ventures companies shall not be permitted. No single firm shall be permitted to submit two separate applications.
Purchase preference to Central Public Sector Undertaking shall be applicable as per the directives of Govt. of India prevalent on the date of acceptance.
If the entity participation in any of the tenders is a private or public limited company. Partnership firm or proprietary firm and any of the Directors / Partners of such company is also a director of any other company or partner of a concern or a sole proprietor having established business with AAI and has outstanding dues payable to Authority, then the said entity shall not be allowed to participate in AAI tenders.
.
Airport Director
Airports Authority of India
VSI Airport
Port Blair
Airports Authority of India,
Rajiv Gandhi Bhawan,
Safdarjung Airport,
New Delhi-110003
Ph : 91-11-24632950
Your search yielded no results.













