NOTICE INVITING e-TENDER (2 BOT – 2 Envelope Open Tender)
(Tender ID: 2024_AAI_195477_1)
Ref. No. AAI/ER/RPR/E-E/CW/2024-25/NIT- 1 Date: 15.05.2024
Item Rate /Percentage rate/ EPC e-tenders are invited through the e-tendering CPP Portal by Asst. Gen. Mgr. (E-E), Airports Authority of India, Swami Vivekananda Airport, Raipur-492015 (Bid Manager) on behalf of Chairman, AAI from the eligible contractors for the work /composite work of “SITC of 02 nos. 160 KVA UPS and LT Panel at New ATC Complex, S.V. Airport, Raipur." at an estimated cost of Rs. 79,88,519.00 (Excluding GST) with completion period of 03 (Three) Months.
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’ and ‘Password’ and go through the instructions available in the Home Page after log in 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.
For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk details are as below :-
Tel: 0120-4711508, 0120-4001002, 0120-4001005, 0120-6277787
E-mail: support-eproc@nic.in
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 CPP”.
For any further technical assistance with regard to functioning of CPP portal the tenderer may contact to the following AAI help desk numbers on all working days only between
Sl. No.
Support Persons
Escalation Matrix
E-mail Address
Contract
Technical Help Desk Team
Instant Support
011- 24632950 Ext. 3512
0800-2000 Hrs. (MON – SAT)
JE (IT)
After 4 Hrs. of Issue
etendersupport@aai.aero
011- 24632950 Ext. 3523
0930-1800 Hrs. (MON – FRI)
Sr. Manager (IT)
After 12 Hrs.
011- 24632950 Ext. 3509
0930-1800 Hrs. (MON – FRI)
Jt. GM (IT)
After 24 Hrs.
011- 24632950 Ext. 3506
0930-1800 Hrs. (MON – FRI)
General Manager (IT)
After 03 Days.
011- 24657900
0930-1800 Hrs. (MON – FRI)
*The help desk services shall remain closed on all Govt. Gazetted Holidays.
Tender processing fee of Rs. 1120/- (Rupees One Thousand One Hundred Twenty Only) (i/c GST), non-refundable will be required to be paid online on CPP portal only. Before due date and time as specified in the Critical Data Sheet.
Earnest Money Deposit (EMD) of Rs. 1,59,770.00 (Rupees One Lakh Fifty Nine Thousand Seven Hundred Seventy Only), will be required to be paid online on CPP portal only.
Following 2 envelopes shall be submitted through online at CPP-portal by the tenderer as per the following schedule: -
CRITICAL DATA SHEET
Publishing Date
15.05.2024 at 1100 Hrs.
Bid Document Download / Sale Start Date
15.05.2024 from 1105 Hrs.
Clarification Start Date
15.05.2024 from 1110Hrs.
Clarification End Date
22.05.2024 up to 1500 Hrs.
Bid Submission Start Date
15.05.2024 from 1110 Hrs.
Bid Submission End Date
05.06.2024 up to 1500 Hrs.
Bid Opening Date (Envelope- I)
06.06.2024 at 1500 Hrs.
Bid Opening Date (Envelope- II)
10.06.2024 at 1100 Hrs.
Envelope-I (Tender Processing Fee, EMD, Technical Bid and Pre-qualification):- Bid containing following:
Tender Processing Fee, EMD:
Scanned copy of successful online payment against Tender Processing Fee.
Scanned copy of successful online payment against Earnest Money Deposit (EMD).
B. Technical Bid containing the following: -
Scanned copy of Tender Acceptance Letter on Bidder’s Letter Head (Page No. - 41). Failing which tender will be liable for rejection.
Scanned copy of Permanent Account Number (PAN) and GST Registration Number.
Scanned copy of ‘Undertaking’ regarding Blacklisting/ Debarment on Bidder’s Letter Head (Page No.- 44).
Scanned copy of duly notarized affidavit executed on Rs. 100/- non-judicial stamp paper for compliance of minimum wages (as per proforma given at Page No.-42).
Scanned copy of GST Undertaking on Bidder’s Letter Head (Page No.-45).
Scanned copy of Valid Electrical Contractor License.
Scanned copy of EPF & ESIC Registration.
Scanned copy of Form- A - details of similar works completed during last seven with completion certificate issued by client (Page No.-38).
Scanned copy of Form- B - Financial Information (Page No.-39).
Scanned copy of Form- C - Net Worth (Page No.-40).
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. (Page No.-43).
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.
PQ Performa duly filled (Page No. 9 to 11).
C. Qualifying requirements of contractors / tenderers containing the following:
Should have satisfactorily completed (# Phase/Part completion of the scope of work in a contract shall not be considered, however pre-determined phasing of the work will be accepted) three works, each of ₹ 31,95,408/- (excluding GST) or two works, each of ₹ 39,94,260/- (excluding GST) or one work of ₹ 63,90,815/- (excluding GST) single contract of similar nature of work i.e. “SITC of UPS as a part of BOQ will be considered as Similar nature of work” during last 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:
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.
Experience gained by executing work on back-to-back contract/ Sub-contract basis is acceptable in the following conditions:
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.
Payments received by second agency should be reflected in TDS certificates.
Experience gained in composite works for the specialized nature of works were executed by main contractor either by in-house expertise & 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).
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 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, clearly specifying the name of work, total payment received against the work and TDS amount for the work.
Should have UDIN generated annualized Average Financial Turnover of ₹ 23,96,556/- (excluding GST) against works executed during last three years ending 31st March of the previous financial year. As a proof, UDIN generated copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the tenderer should be submitted along with the application.The Financial Information shall be submitted in the given format – Form-B. Tenderers showing continuous losses during the last three years in the balance sheet shall be summarily rejected.
The tenderer should have a minimum net worth of ₹ 11,98,278/- (excluding GST) issued by certified Chartered Accountants last financial year. The Certificate should be submitted in the given format- Form-C. (Page No.- 40).
Scanned copy of all the documents of Envelope-I mentioned above shall be submitted on the CPP portal (Online payment copy for Tender Processing Fee and EMD is required to be submitted).
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 colored (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 filename. If the BOQ file is found to be modified by the tenderer, the bid will be rejected.
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.
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 documents as
per Para 2. Bid documents 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.
Not more than one tender shall be submitted by one tenderer or tenderers having business relationship. Under no circumstance will father and his son(s) or other close relations who 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.
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.
Bids Opening Process is as below: -
Envelope-I (Tender Processing Fee, EMD, Technical bid and Pre-qualification):
Envelope-I containing documents as per Para 2 (A), (B) and (C) (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).
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.
AAI reserves the right to disallow the working agencies whose performance at ongoing project (s) is below par and usually poor and has been issued letter of restrain/ Temporary or Permanent debarment/black listing by any department of AAI or Central/ State Govt. Depts./ PSUs/World Bank/ ADB etc. 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 is found to be incorrect/ false or have some discrepancy which disqualifies the tenderer then AAI shall take the following action:
Forfeit the entire amount of EMD submitted by the tenderer.
The tenderer shall be liable for debarment from tendering in AAI, including termination of the contract apart from any other appropriate contractual/ legal action.
Consortium/ JV companies shall not be permitted.
Purchase preference to Central Public Sector Undertaking shall be applicable as per the directive of Govt. of India prevalent on the date of acceptance.
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.
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.
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) (Page No. 217).
Asst. Gen. Mgr. (Engg-Elect)
AAI, S.V. Airport, Raipur
For and on behalf of the Chairman
Airports Authority of India
Airports Authority of India,
Rajiv Gandhi Bhawan,
Safdarjung Airport,
New Delhi-110003
Ph : 91-11-24632950
Your search yielded no results.













