AIRPORTS AUTHORITY OF INDIA
VSI Airport, Port Blair
DEPARTMENT OF OPERATIONS
REQUEST FOR PROPOSAL
For
Management of “May I Help You Counter”
at
VSI AIPORT Port Blair
[Text Box: Blank]
AIRPORTS AUTHORITY OF INDIA
PORT BLAIR AIRPORT
DEPARTMENT OF OPERATIONS
PORT BLAIR Airport
INDEX
S.no
Table of contents
Page no.
1.
Notice inviting E-tender
4-12
2
Instructions for online bid submission (Annexure-A)
13-16
3.
Check list (Annexure-B)
17-19
4.
Declaration
20
4.
Acceptance Letter (Annexure-1)
21
5.
Special Conditions and Specifications
22-26
Certified that this tender document contains 26(Twenty-Six)pages only.
Airport Director
VSI Airport
Port Blair
VSI AIRPORT PORT BLAIR
DEPARTMENT OF OPERATIONS
RefNo: AAI/PB/TM/HELPDESK/2020 DT:24.01.2020
NOTICE INVITING e-TENDER (3 BOT-3 ENVELOPE OPEN TENDER)
Item rate tenders are invited through the e-tendering portal by Airport Director, Veer Savarkar International Airport Port Blair, Airports Authority of India on behalf of Chairman, AAI, from eligible agencies in the field of Hospitality servicesfor the work of “Management of “May I Help You Countersat Port Blair Airport”at an estimated cost of Rs 34,35,096/- (Thirty Four lakhs thirty five thousand and ninety six only)(Excluding GST)with period of completion 12 (Twelve) Months (Further Extendable for another 12 Months subject to satisfactory performance.
Tender documents may be downloaded from CPP portal:http://etenders.gov.in/eprocure/app and Airports Authority of India web site www.aai.aero (for reference only) as per the schedule given in CRITICAL DATE SHEET under.
Critical Date Sheet
Published Date
03.02.2020 at 1500 hrs
Bid Document Sale Start Date
03.02.2020 at 1500 hrs
Clarification Start Date
03.02.2020 at 1500 hrs
Clarification End Date
07.02.2020 at 1500 hrs
Bid submission Start Date
03.02.2020 at 1500 hrs
Bid Submission End Date
14.02.2020 at 1500 hrs
Last date and time of submission of tender Fee, EMD and other offline supporting documents
17.02.2020 at 1500 hrs
Bid Opening Date (Cover-I) (Fee + Pre-Qualification)
17.02.2020 at 1530 hrs
Bid Opening Date (Cover-II)(Technical Bid)
17.02.2020 at 1630 hrs
Bid opening Date: Cover-III (Financial Bid)
20.02.2020 at 1530hrs(Tentative)
Tender fee (Non –Refundable) of Rs 1,120/- (one thousand one hundred and twenty only) will required to be paid in the form of Demand Draft drawn in favour of Airports Authority of India payable atPort Blairfrom Nationalized or any scheduled bank (but not from co- operative or Gramin bank). The Hard copy of original instruments in respect of cost of tender document must be delivered to the Airport Director, Veer Savarkar International Airport Port Blair, Airports Authority of Indiaand should be posted/ given in person to the concerned officials latest as specified in the Tender Document.
EMD of the Value of Rs. 68,800/- (Sixty eight thousand eight hundred only) shall be accepted offline only in the form of Demand Draft Drawn in favor of Airports Authority of India payable at Port Blair from a nationalized or any scheduled bank (but not from co-operative or Gramin bank).
The original Demand Draft against Tender Fee, EMD, duly stamped and signed hard copy of AAI’s Unconditional Acceptance letter&affidavit for payment of minimum wages shall reach the office of Tender Inviting AuthorityAirport Director, Veer Savarkar International Airport Port Blair, Airports Authority of India,on or before 17.02.2020upto1600 hrs.
The bidder who fails to submit the original DD towards Tender Fee & EMD before the stipulated time, their tender shall be rejected out-rightly. Any postal delay will not be entertained.
Bid Submission:
Bidders are advised to visit this website regularly to keep themselves updated as any change/modification in the tender will be intimated through this website only.Bids shall be submitted online only at CPP portal: http://etenders.gov.in/eprocure/app.
Tenderer/Agency are advised to follow the instructions “Instructions to Bidder for Online Bid Submission” provided in the Annexure “A” for online submission of bids.
Bid documents may be scanned with 100 dpi with black and white optionwhich helps in reducingsize of the scanned document.
Following 3covers shall be submitted through online CPP-portal by thebidder.
CoverI(PQ folder): - Containing scanned copy of DD against EMD & Tender Fee
The tenderer shall upload the digitally signed file of scanned documents in support of their meeting each criterion as mentioned below.
Scanned copy of DD against EMD & Tender Fee shall be submitted in Cover-I on the CPP Portal.
Qualifying requirements of Agencies / firms
Agency specialized in the similar nature of work having Permanent Account Number. The agency shall submit the relevant proof in this regard.
The Bidder should have experience of similar works (definition of similar works as below) during the last five years ending on 31.12.2019. 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 05 years.
Similar works mean – Managing “Helpdesk/Information Counters” at airports/ Providing skilled and trained manpower for Airlines Cabin Crew,Airline check-in counters/Managing Executive & Business Lounges at Airports/Providing skilled manpower for 5-star Hotel Front Desk
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.
Permanent Account Number (PAN), PF & ESI Registration and Goods and Services Tax Registration No.
Scanned copy of duly signed and stamped Unconditional Acceptance of AAI Tender Conditions (Performa given in Annexure-I).
Scanned copy of Affidavit (regarding payment of minimum wages & deduction of EPF/ESIC on non-judicial stamp paper value of 100/-)
Undertaking stating Agency has not been black listed by AAI/ Any Govt./ PSU Organization.
Digitally signed tender document duly shall be uploaded in “PQ Folder”.
Should have annualized average financial turnover ofRs 10,30,529/-against works executed during last three years ending 31st March of the previous financial year.As a proof, copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the firm and certificate from Chartered accountant should be submitted along with the application. Firms showing continuous losses for the last three years in the balance sheet shall be summarily rejected.
Cover-II: - The Technical e-bid through CPP Portal
The technical bid shall contain the following:
Documents for Technical Evaluation (Segregated type) having separate file of each criteriaincluding hard copy of presentation in PPT(<15slides).
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
Agency turnover
20
(a) If firm turnover > 5 Cr (20 Marks)
(b) else If firm turnover in 3-5Cr range (15 Marks)
(c) else If firm turnover in 1-3Cr range (10 Marks)
(d) else If firm turnover in <1 Cr range (05 Marks)
Firm turnover is defined as the average turnover from hospitality 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
20
(a) Single work of similar nature > 1Cr during awarded work duration- 20 Marks
(b) Single work of similar nature greater than 75 Lakh but lesser than 1 Cr during awarded work duration - 15 Marks
(c) Single work of similar nature greater than 50 Lakh but lesser than 75 Lakh during awarded work duration - 10 Marks
(d) Single work lesser than 50 Lakh during awarded work duration - 05 Marks
Similar works mean – Managing “Helpdesk/Information Counters” at airports/ Providing skilled and trained manpower for Airlines Cabin Crew,Airline check-in counters/Managing Executive & Business Lounges at Airports/Providing skilled manpower for 5-star Hotel Front Desk
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 5years 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
20
(a) No. of works of similar nature >= 10 -20Marks
(b) No. of works of similar nature greater than 07 but lesser than 10 -15Marks
(c) No. of works of similar nature greater than or equal to 04 but lesser than 07 -10Marks
(d) No. of works of similar nature lesser than 04 - 05 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 5 years.
Value of each works contract should not be < 25 Lakhs 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
Average Manpower employed in last 5 years
15
(a)Manpower employed>300 -15marks
(b) Manpower employed 201-300 -10Marks
(c) Manpower employed 101-200 -05Marks
(d) Manpower employed <=100 - 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
Presence of agency in different cities
10
a) if agency has branch offices in >10 cities including 4 metro cities -10marks
(b if agency has branch offices in only 4 metro cities -05marks
(c) if agency has branch offices in 5 or morecities -02marks
Self-Attested copy of address proof (like utility bills for example Telephone bill, Electricity bill) of agency offices in each city shall be acceptable.
06
Presentation and Deployment Methodology
15
'Presentation by the Agency on the work to be done;
a) Selection and Deployment methodology of manpower - (10 marks)
(c) New Technology usage / Innovations in managing May I help you counters - (05 Marks)
'Presentation will be evaluated by a panel appointed by AAI on the aspects defined in scoring criteria
Deployment methodology showcased in presentation will be added to work contract / agreement and contractor will be bound to adhere to it at all costs
Date of Presentation will be intimated.
5.A Bidder should secure mandatorily a minimum of 70% marks (i.e. 70 marks out 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% marks if more than 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)
7. 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%)
8. The Bidder shall be required to produce attested copies of the relevant documents in support of 4 in addition to the documentary evidences for (PQCover-I) for being considered during technical evaluation.
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.
10.2Absence of bidders or their authorized representatives shall not impair the legality of the process.
10.3The 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.
10.4Mere 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 oftheSuccessful 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 L-3)
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.
If there is a discrepancy between and figures, the amount in words shall prevail
Cover-III: - 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 bidders. Bidders are required to download the BOQ file, open it and complete the white 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.
Refund of EMD of unsuccessful bidders who fail to qualify the eligibility / technicalstage shall be initiated within minimum 7 days of their rejection. For all bidders whoqualify and their financial bids are opened the refund of EMD of all unsuccessfulbidders shall be processed within minimum 7 days of opening of the financial bid.
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 issue of tender document to working agencies whose performance at ongoing project(s) is below par and usually poor and has been issued letter of restrain / temporary / permanent debar by any department of AAI. AAI reserve the right to verify the credential submitted by the agency 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 firm then AAI shall take the following action:
a) Forfeit the entire amount of EMD submitted by the firm.
b) The agency shall be liable for debarment from tendering in AAI, apart from any other appropriate contractual /legal action.
Consortium /JV companies shall not be permitted. No single firm shall be permitted to submit two separate applications.
If the entity participating in any of the tenders is a private or public limited company, Partnership firm or proprietary firm and any of the Directors / Partners / Proprietor 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 the Authority, then the said entity shall not be allowed to participate in AAI tenders.
Bids Opening Process is as below: -
Cover-I: - Containing documents (uploaded by the Agencies/firms) shall be opened as per Critical Date Sheet. The intimation regarding acceptance/ rejection of their bids will be intimated to the Agencies/firms through CPP portal.
Cover-II: -Date of opening of Cover-II (Technical bid) is as per Critical Date Sheet(Depending on Cover-I evaluation). If any clarification is needed from the bidder about the deficiency in his uploaded documents in Cover -I, he will be asked to provide it through CPP Portal. The bidder shall upload the requisite clarification/ documents within time specified by AAI, failing which tender will be liable for rejection
Cover-III:-Date of opening of Cover-III(Financial bid) isCritical Date Sheet(Depending on Cover-II evaluation). If any clarification is needed from the bidder about the deficiency in his uploaded documents in Cover -II, he will be asked to provide it through CPP Portal. The bidder shall upload the requisite clarification/ documents within time specified by AAI, failing which tender will be liable for rejection.
Airport Director
VSI Airport
Port Blair
AIRPORTS AUTHORITY OF INDIA
VSI Airport, Port Blair
DEPARTMENT OF OPERATIONS
REQUEST FOR PROPOSAL
For
Management of “May I Help You Counter”
at
VSI AIPORT Port Blair
[Text Box: Blank]
AIRPORTS AUTHORITY OF INDIA
PORT BLAIR AIRPORT
DEPARTMENT OF OPERATIONS
PORT BLAIR Airport
INDEX
S.no
Table of contents
Page no.
1.
Notice inviting E-tender
4-12
2
Instructions for online bid submission (Annexure-A)
13-16
3.
Check list (Annexure-B)
17-19
4.
Declaration
20
4.
Acceptance Letter (Annexure-1)
21
5.
Special Conditions and Specifications
22-26
Certified that this tender document contains 26(Twenty-Six)pages only.
Airport Director
VSI Airport
Port Blair
VSI AIRPORT PORT BLAIR
DEPARTMENT OF OPERATIONS
RefNo: AAI/PB/TM/HELPDESK/2020 DT:24.01.2020
NOTICE INVITING e-TENDER (3 BOT-3 ENVELOPE OPEN TENDER)
Item rate tenders are invited through the e-tendering portal by Airport Director, Veer Savarkar International Airport Port Blair, Airports Authority of India on behalf of Chairman, AAI, from eligible agencies in the field of Hospitality servicesfor the work of “Management of “May I Help You Countersat Port Blair Airport”at an estimated cost of Rs 34,35,096/- (Thirty Four lakhs thirty five thousand and ninety six only)(Excluding GST)with period of completion 12 (Twelve) Months (Further Extendable for another 12 Months subject to satisfactory performance.
Tender documents may be downloaded from CPP portal:http://etenders.gov.in/eprocure/app and Airports Authority of India web site www.aai.aero (for reference only) as per the schedule given in CRITICAL DATE SHEET under.
Critical Date Sheet
Published Date
03.02.2020 at 1500 hrs
Bid Document Sale Start Date
03.02.2020 at 1500 hrs
Clarification Start Date
03.02.2020 at 1500 hrs
Clarification End Date
07.02.2020 at 1500 hrs
Bid submission Start Date
03.02.2020 at 1500 hrs
Bid Submission End Date
14.02.2020 at 1500 hrs
Last date and time of submission of tender Fee, EMD and other offline supporting documents
17.02.2020 at 1500 hrs
Bid Opening Date (Cover-I) (Fee + Pre-Qualification)
17.02.2020 at 1530 hrs
Bid Opening Date (Cover-II)(Technical Bid)
17.02.2020 at 1630 hrs
Bid opening Date: Cover-III (Financial Bid)
20.02.2020 at 1530hrs(Tentative)
Tender fee (Non –Refundable) of Rs 1,120/- (one thousand one hundred and twenty only) will required to be paid in the form of Demand Draft drawn in favour of Airports Authority of India payable atPort Blairfrom Nationalized or any scheduled bank (but not from co- operative or Gramin bank). The Hard copy of original instruments in respect of cost of tender document must be delivered to the Airport Director, Veer Savarkar International Airport Port Blair, Airports Authority of Indiaand should be posted/ given in person to the concerned officials latest as specified in the Tender Document.
EMD of the Value of Rs. 68,800/- (Sixty eight thousand eight hundred only) shall be accepted offline only in the form of Demand Draft Drawn in favor of Airports Authority of India payable at Port Blair from a nationalized or any scheduled bank (but not from co-operative or Gramin bank).
The original Demand Draft against Tender Fee, EMD, duly stamped and signed hard copy of AAI’s Unconditional Acceptance letter&affidavit for payment of minimum wages shall reach the office of Tender Inviting AuthorityAirport Director, Veer Savarkar International Airport Port Blair, Airports Authority of India,on or before 17.02.2020upto1600 hrs.
The bidder who fails to submit the original DD towards Tender Fee & EMD before the stipulated time, their tender shall be rejected out-rightly. Any postal delay will not be entertained.
Bid Submission:
Bidders are advised to visit this website regularly to keep themselves updated as any change/modification in the tender will be intimated through this website only.Bids shall be submitted online only at CPP portal: http://etenders.gov.in/eprocure/app.
Tenderer/Agency are advised to follow the instructions “Instructions to Bidder for Online Bid Submission” provided in the Annexure “A” for online submission of bids.
Bid documents may be scanned with 100 dpi with black and white optionwhich helps in reducingsize of the scanned document.
Following 3covers shall be submitted through online CPP-portal by thebidder.
CoverI(PQ folder): - Containing scanned copy of DD against EMD & Tender Fee
The tenderer shall upload the digitally signed file of scanned documents in support of their meeting each criterion as mentioned below.
Scanned copy of DD against EMD & Tender Fee shall be submitted in Cover-I on the CPP Portal.
Qualifying requirements of Agencies / firms
Agency specialized in the similar nature of work having Permanent Account Number. The agency shall submit the relevant proof in this regard.
The Bidder should have experience of similar works (definition of similar works as below) during the last five years ending on 31.12.2019. 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 05 years.
Similar works mean – Managing “Helpdesk/Information Counters” at airports/ Providing skilled and trained manpower for Airlines Cabin Crew,Airline check-in counters/Managing Executive & Business Lounges at Airports/Providing skilled manpower for 5-star Hotel Front Desk
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.
Permanent Account Number (PAN), PF & ESI Registration and Goods and Services Tax Registration No.
Scanned copy of duly signed and stamped Unconditional Acceptance of AAI Tender Conditions (Performa given in Annexure-I).
Scanned copy of Affidavit (regarding payment of minimum wages & deduction of EPF/ESIC on non-judicial stamp paper value of 100/-)
Undertaking stating Agency has not been black listed by AAI/ Any Govt./ PSU Organization.
Digitally signed tender document duly shall be uploaded in “PQ Folder”.
Should have annualized average financial turnover ofRs 10,30,529/-against works executed during last three years ending 31st March of the previous financial year.As a proof, copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the firm and certificate from Chartered accountant should be submitted along with the application. Firms showing continuous losses for the last three years in the balance sheet shall be summarily rejected.
Cover-II: - The Technical e-bid through CPP Portal
The technical bid shall contain the following:
Documents for Technical Evaluation (Segregated type) having separate file of each criteriaincluding hard copy of presentation in PPT(<15slides).
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
Agency turnover
20
(a) If firm turnover > 5 Cr (20 Marks)
(b) else If firm turnover in 3-5Cr range (15 Marks)
(c) else If firm turnover in 1-3Cr range (10 Marks)
(d) else If firm turnover in <1 Cr range (05 Marks)
Firm turnover is defined as the average turnover from hospitality 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
20
(a) Single work of similar nature > 1Cr during awarded work duration- 20 Marks
(b) Single work of similar nature greater than 75 Lakh but lesser than 1 Cr during awarded work duration - 15 Marks
(c) Single work of similar nature greater than 50 Lakh but lesser than 75 Lakh during awarded work duration - 10 Marks
(d) Single work lesser than 50 Lakh during awarded work duration - 05 Marks
Similar works mean – Managing “Helpdesk/Information Counters” at airports/ Providing skilled and trained manpower for Airlines Cabin Crew,Airline check-in counters/Managing Executive & Business Lounges at Airports/Providing skilled manpower for 5-star Hotel Front Desk
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 5years 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
20
(a) No. of works of similar nature >= 10 -20Marks
(b) No. of works of similar nature greater than 07 but lesser than 10 -15Marks
(c) No. of works of similar nature greater than or equal to 04 but lesser than 07 -10Marks
(d) No. of works of similar nature lesser than 04 - 05 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 5 years.
Value of each works contract should not be < 25 Lakhs 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
Average Manpower employed in last 5 years
15
(a)Manpower employed>300 -15marks
(b) Manpower employed 201-300 -10Marks
(c) Manpower employed 101-200 -05Marks
(d) Manpower employed <=100 - 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
Presence of agency in different cities
10
a) if agency has branch offices in >10 cities including 4 metro cities -10marks
(b if agency has branch offices in only 4 metro cities -05marks
(c) if agency has branch offices in 5 or morecities -02marks
Self-Attested copy of address proof (like utility bills for example Telephone bill, Electricity bill) of agency offices in each city shall be acceptable.
06
Presentation and Deployment Methodology
15
'Presentation by the Agency on the work to be done;
a) Selection and Deployment methodology of manpower - (10 marks)
(c) New Technology usage / Innovations in managing May I help you counters - (05 Marks)
'Presentation will be evaluated by a panel appointed by AAI on the aspects defined in scoring criteria
Deployment methodology showcased in presentation will be added to work contract / agreement and contractor will be bound to adhere to it at all costs
Date of Presentation will be intimated.
5.A Bidder should secure mandatorily a minimum of 70% marks (i.e. 70 marks out 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% marks if more than 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)
7. 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%)
8. The Bidder shall be required to produce attested copies of the relevant documents in support of 4 in addition to the documentary evidences for (PQCover-I) for being considered during technical evaluation.
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.
10.2Absence of bidders or their authorized representatives shall not impair the legality of the process.
10.3The 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.
10.4Mere 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 oftheSuccessful 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 L-3)
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.
If there is a discrepancy between and figures, the amount in words shall prevail
Cover-III: - 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 bidders. Bidders are required to download the BOQ file, open it and complete the white 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.
Refund of EMD of unsuccessful bidders who fail to qualify the eligibility / technicalstage shall be initiated within minimum 7 days of their rejection. For all bidders whoqualify and their financial bids are opened the refund of EMD of all unsuccessfulbidders shall be processed within minimum 7 days of opening of the financial bid.
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 issue of tender document to working agencies whose performance at ongoing project(s) is below par and usually poor and has been issued letter of restrain / temporary / permanent debar by any department of AAI. AAI reserve the right to verify the credential submitted by the agency 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 firm then AAI shall take the following action:
a) Forfeit the entire amount of EMD submitted by the firm.
b) The agency shall be liable for debarment from tendering in AAI, apart from any other appropriate contractual /legal action.
Consortium /JV companies shall not be permitted. No single firm shall be permitted to submit two separate applications.
If the entity participating in any of the tenders is a private or public limited company, Partnership firm or proprietary firm and any of the Directors / Partners / Proprietor 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 the Authority, then the said entity shall not be allowed to participate in AAI tenders.
Bids Opening Process is as below: -
Cover-I: - Containing documents (uploaded by the Agencies/firms) shall be opened as per Critical Date Sheet. The intimation regarding acceptance/ rejection of their bids will be intimated to the Agencies/firms through CPP portal.
Cover-II: -Date of opening of Cover-II (Technical bid) is as per Critical Date Sheet(Depending on Cover-I evaluation). If any clarification is needed from the bidder about the deficiency in his uploaded documents in Cover -I, he will be asked to provide it through CPP Portal. The bidder shall upload the requisite clarification/ documents within time specified by AAI, failing which tender will be liable for rejection
Cover-III:-Date of opening of Cover-III(Financial bid) isCritical Date Sheet(Depending on Cover-II evaluation). If any clarification is needed from the bidder about the deficiency in his uploaded documents in Cover -II, he will be asked to provide it through CPP Portal. The bidder shall upload the requisite clarification/ documents within time specified by AAI, failing which tender will be liable for rejection.
Airport Director
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.













