INSTRUCTIONS TO THE BIDDERS
1. GENERAL INSTRUCTIONS
1.1 Office of the General manager (ATM), Airport Authority of India, NSCBI Airport, Kolkata-700052, hereinafter referred to as the ‘Client’ invites e-bids (ONLINE BIDS) UNDER TWO BID SYSTEM (TECHNICAL AND FINANCIAL) THROUGH Government e-Marketplace (GeM) from MSME firms having registered office in the state of West Bengal for providing manpower for Job contract for Operational Conservancy in ATS units of Kolkata on 24-hour basis during the year 2021-22.
1.2 While all efforts have been made to avoid errors in the drafting of the bid document, the Bidder is advised to check the same carefully. No claim on account of any errors detected in the bid documents shall be entertained.
1.3 The Bidder should download the Bid document through GeM Portal and upload it again at the time of submission of the bid with signature and stamp in token of the Bidder having acquainted himself/themselves and accepted the entire Bid including various conditions of contract.
1.4 The bidder shall attach the copy of the authorization letter / power of Attorney as proof of authorization for signing on behalf of the Bidder.
1.5 All Bidders are hereby explicitly informed that conditional offers or offers with deviations from the conditions of Contract, the bids not meeting the minimum eligibility criteria, Technical Bids, or any other requirements, stipulated in the bid documents are liable to be rejected.
1.6 For all purposes of the contract including arbitration thereunder, the address of the bidder mentioned in the bid shall be final unless the bidder notifies a change of address by a separate letter sent by registered post with acknowledgement from the Office of the General manager (ATM), Airport Authority of India, NSCBI Airport, Kolkata-700052. The bidder shall be solely responsible for the consequences of any omission or error to notify change of address in the aforesaid manner.
1.7 The requirements of number of manpower as mentioned in the bid document is tentative and may increase or decrease at the sole discretion of the competent authority of the Client. Accordingly, the contract cost is also liable to increase/ decrease.
2. MINIMUM ELIGIBILITY CRITERIA
The following shall be the minimum eligibility criteria for selection of bidders technically:
The bidder should have valid registration as a MSME with Ministry of Micro, Small and Medium Enterprises, Government of India for activity of manpower supply or similar services.
The Bidder should have a legal status, it can be a registered Proprietorship Firm/ Partnership Firm/ Company under Companies Act having legal entity with all statutory licenses/ registration for carrying out such activities like registration with labour department, PF Act, 1952, ESI Act, 1948, Income Tax Act etc. A proof for supporting the legal validity of the Bidder shall be submitted.
The bidder should have valid Permanent Account Number (PAN), GSTIN (Valid GST Registration No.), valid EPF & ESI Registration.
The bidder should be regular income tax and GST payer.
The Bidder should have annualized average turnover of Rs 23,94,966.00 or more against work completed during last three years ending 31st March 2021.
The bidder should have its office located in the state of West Bengal. The Bidder should submit documentary proof for the same.
2.1 Documents supporting the Minimum Eligibility Criteria
In proof of having fully adhered to the minimum eligibility criteria at 2(b), self-attested copy of Incorporation Certificate issued by the Companies
Registrar/concerned authority shall only be acceptable.
In proof of having fully adhered to minimum eligibility criteria at 2(c), self-attested copy of PAN, GST Registration, EPF Registration, ESI Registration, EPF challan for month within one year, ESI challan for month within one year shall only be acceptable.
In proof of having fully adhered to minimum eligibility criteria at 2(d), self- attested copy of ITR last three financial years and latest GST/Service Tax Return shall only be acceptable.
In proof of having fully adhered to minimum eligibility criteria at 2(e), self-attested copy of the audited balance sheets (audited by Chartered Accountant) for the complete three financial years i.e. 2018-19, 2019-20 and 2020-21 shall only be acceptable.
In proof of having fully adhered to minimum eligibility criteria at 2(f), self-attested copy of the address proof issued by government of India, government of West Bengal or any local government bodies.
In proof of having fully adhered to minimum eligibility criteria at 2(a), self-attested copy of the document issued by Ministry of Micro, Small and Medium Enterprises, Government of India for activity of manpower supply or similar services.
Other documents as per Clause 6 of Annexure-2
EARNEST MONEY DEPOSIT:
The Earnest Money Deposit is not required as the bids are invited from MSME only, who are exempted from Earnest Money.
4. VALIDITY OF BIDS
4.1 Bids shall remain valid and open for acceptance for a period of 90 days from the last date of submission of Bids.
4.2 The Client may request for extension for another period of 30 days, without any modifications and without giving any reasons thereof.
5. PREPARATION AND SUBMISSION OF E-BIDS IN GeM PORTAL
5.1 The bid document, along with terms and conditions, has been uploaded on GeM Portal. The bidders can log on to the website and see the bid document. The Bidders shall be required to submit Technical and Financial Bids through GeM Portal electronically using valid GeM ID. More information useful for submitting online bids on the GeM Portal may be obtained.
5.2 The bidders who are desirous of participating in e-procurement shall submit their Bids in two bid system i.e. Technical Bids and Financial Bids through GeM Portal.
5.3 The bidders should upload the scanned copies of all relevant certificates, documents etc.
as per the requirements contained in Clause 6 of Annexure 2 of the Bid Document in support of their Technical bids. The bidder should sign on all statements, documents etc. uploaded by him, owning responsibility for their correctness/authenticity.
5.4 The Bidder should upload the financial bids as per the instructions contained in the Bid Document on GeM Portal.
5.5 The bids shall be summarily rejected, if the bid is submitted other than through online (GeM Portal).
5.6 The important dates are mentioned in Bid document.
6. TECHNICAL BID
The Bidder shall be required to follow the procedures as specified above and submit the Technical Bid online through GeM Portal. The following documents shall comprise Technical Bid :-
Annexure-1 : The Bidder shall be required to print " Integrity Pact ' as per Annexure-1 on entity's letterhead, sign, scan and upload it online with the Bid in GeM Portal.
Annexure-7: The Bidder shall be required to submit a undertaking on as per Annexure-7 to the effect of acceptance of the terms and conditions of the Bid Document. The Bidder shall ensure that copy of the undertaking is scanned and uploaded in GeM Portal.
Annexure 8 : The Bidder shall be required to submit a undertaking as per Annexure-8 to the effect that none of the relatives of the Bidder are employees of Client and that the bidder has not been convicted of an offence under the Prevention of Corruption Act, 1988 and the bidder has not been convicted under the Indian Penal Code or any other law for the time being in force, for causing any loss of life or property or causing a threat to public health as part of execution of a public procurement contract. The Bidder shall ensure that copy of the undertaking is scanned and uploaded in GeM Portal.
Annexure-9: The Bidder shall be required to submit a undertaking as per Annexure-9 to the effect that they will comply with all the statuary obligations. The Bidder shall ensure that copy of the undertaking is scanned and uploaded in GeM Portal
Annexure 6 : The Bidder shall be required to sign, scan and upload the Technical Bid Form as per Annexure 6 in GeM Portal.
Documents in support of Minimum Eligibility Criteria : The Bidder shall be required to upload each of the document online through GeM Portal as mentioned in Clause 2.1 of Annexure-2 of the Bid Document in support of their fulfilment of minimum eligibility criteria.
Certificate of Satisfactorily/successfully completion of work issued by the government bodies or public sector undertakings for work of supply of manpower or similar work completed in last three years from the date of publication of this document in GeM portal.
FINANCIAL BID:
The Bidder should quote rate of service charges for each and every category of manpower in terms of percentage of minimum wages. If rate is not quoted for all the category of manpower, the bid will not be valid and hence the same will be rejected. The consolidated price will be taken into consideration while awarding of contract to the successful bidder.
The rates of service charges quoted shall be firm and final. The rates of service charges should be percentage of minimum wages of one worker of different skill categories. The rates so quoted shall cover the cost of uniform, overhead cost, charges of GeM portal, fee/cost to get the airport entry pass for workers and profit margin etc. The applicable statuary expenses i.e. Minimum Wages, EPF, ESI, Bonus, GST etc. will be reimbursed on submission of proof of such payments.
The bidders shall quote the rate of service charges in positive number only. Bids of bidders quoting service charges in negative number will be rejected.
At the time of payment of bills, the income tax and any other tax / duty etc. that is required to be deducted, shall be deducted at source as per Government rules and guidelines as may be prevailing at the time of payment.
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 in conventional manner.
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 as per clause 2.1.
9. TECHNICAL BID EVALUATION
9.1 The Client shall follow segregated bid evaluation system where the technical bid and financial bid shall be evaluated separately.
9.2 The technical bid evaluation shall be done based on the following criteria:
That the Bidder has signed, scanned and uploaded copy of the Integrity Pact ' as per Annexure-1 in the prescribed format in GeM Portal.
That the Bidder has signed, scanned and uploaded the Technical Bid Form as per Annexure 6 in the prescribed format in GeM Portal.
That the Bidder has scanned and uploaded a copy of undertaking as per Annexure 7 in the prescribed format in GeM Portal.
That the Bidder has scanned and uploaded a copy undertaking as per Annexure 8 in the prescribed format in GeM Portal.
That the Bidder has scanned and uploaded a copy undertaking as per Annexure 9 in the prescribed format in GeM Portal.
That the Bidder meets the minimum eligibility criteria as per Clause 2.1 of Annexure 2 and has uploaded copies of all documents required in support of minimum eligibility criteria as per clause 2.1 of Annexure-2.
The bids shall be summarily rejected, if the bid is submitted other than through online (GeM Portal) within stipulated date / time as mentioned in bid document.
A substantially responsive bid shall be one that meets the requirements of the bidding document in totality. The technical bid not meeting the minimum eligibility criteria as per the bid document, shall be rejected.
The Financial bids of only those bidders which qualifies in the technical evaluation stage shall be further processed. Bid manager will 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, whose bids are accepted in conformity with the required specifications shall be opened on the appointed date and time.
10.2 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.
10.3 If the consolidated price of more than one bidders are the same and the lowest , bidder who has completed highest total amount of similar works in last three years as per completion certificate submitted by bidders will be the successful bidder.
RIGHT OF ACCEPTANCE:
The Office of the General Manager (ATM), Airports Authority of India, NSCBI Airport Kolkata-700052, reserves all rights to reject any bid including of those bidders who fail to comply with the instructions without assigning any reason whatsoever and does not bind itself to accept the lowest or any specific bids. The decision of the Competent Authority of Airports Authority of India in this regard shall be final and binding.
Any failure on the part of the bidder to observe the prescribed procedure and any attempt to canvass the work shall render the bidder‘s bids liable for rejection.
The competent authority of Airports Authority of India reserves the right to award any or part or full contract to any successful agency (ies) at its discretion and this will be binding on the bidders.
In case of failure to comply with the provisions of the terms and conditions of the contract by the agency (ies) that has/have been awarded the contract, the competent authority of Airports Authority of India reserves the right to award the contract to the next higher bidder or any other outside agency and the difference of price shall be recovered from the defaulter agency who has been awarded the initial contract and this will be binding on the bidders.
The office of the General Manager (ATM), Airports Authority of India, NSCBI Airport Kolkata-700052 may terminate the Contract if it is found that the Contractor is black listed/debarred on previous occasions by any of the Government Departments / Institutions / Local Bodies / Municipalities / Public Sector Undertaking etc.
12. NOTIFICATION OF AWARD BY ISSUANCE OF ‘LETTER OF ACCEPTANCE/WORK ORDER’
12.1 After determining the successful Lowest Bidder(s), Client shall issue a Letter of Acceptance(LoA)/work order, in duplicate, to the successful lowest bidding Agency(s) / Firm(s) who will return one copy to Client duly acknowledged, accepted and signed by the authorized signatory, within Three (3) days of receipt of the same by him.
12.2 The issuance of the Letter of Acceptance/work order to the bidder shall constitute an integral part and it will be a binding to the contract.
12.3 The time taken between the date of issue of LoA/workorder and Notice to Proceed shall not prevent the contractor for mobilization.
Airports Authority of India,
Rajiv Gandhi Bhawan,
Safdarjung Airport,
New Delhi-110003
Ph : 91-11-24632950
Your search yielded no results.













