Item rate tenders are invited through the GeM portal https://gem.gov.in/ by Airport
Director, AAI Jabalpur Airport, Jabalpur, Madhya Pradesh on behalf of Chairman, AAI,
from eligible agencies, for the work of “Non-LCS Mechanized Environment Support
Services (Up-keeping)” at Jabalpur Airport, Jabalpur, Madhya Pradesh at an estimated
cost of Rs 3,96,04,034/- (Rs. Three Crore Ninty Six Lakh Four Thousand Thirty Four
Rupees only) with period of completion Three (03) years.
The tendering process is online at GeM-portal URL address https://gem.gov.in/ or
www.aai.aero Aspiring bidders may go through the tender document by login the GeM
Portal.
Earnest Money Deposit (EMD) of Rs. 2,64,027/- will be required to be paid offline in form
of Demand Draft / Bankers cheque / Insurance Surety Bonds/ Bank Guarantee from
Nationalized or scheduled bank (but not from co- operative or Gramin bank). However, no
EMD will be taken from exempt category of sellers as per General Terms and Conditions on
GeM.
AAI Bank & Account Details for preparation of Demand Draft / Bankers cheque
Insurance Surety Bonds/Bank Guarantee are as follows: -
S.No. Particulars Details
01 Name of Beneficiary AIRPORTS AUTHORITY OF INDIA
02 Bank Name STATE BANK OF INDIA
03 Branch VILEPARLE (EAST)
04 Account Number 33964986659
05 IFSC SBIN0001174
The original document against EMD (if applicable) should be Speed Post to the
concerned officials as specified in the tender document. The details of original
document physically sent, should tally with the details available in the scanned copy
and the data entered during bid submission time.
2. 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 13.09.2023 Upto 1730 hrs.
Envelope-I: - Technical Bid: -
The tenderer shall submit their Bid/tender on GeM portal, fill-up the required information
and upload the digitally signed file of scanned documents and firm's bio-data in support
of meeting each criteria mentioned below. Hard copy of Bid/tender shall not be
entertained.
Qualifying requirements of contractor / firms:
Version R5.2-GeM : 2022
Press-Cover | 4
i) 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.
ii) The Bidder should have experience of similar works (definition of similar works as
below) during the last seven years ending on 31.03.2023. 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 nature works mean – Mechanized cleaning of airport terminals, nonresidential
PSU / Govt. office buildings, MNC Buildings/ Cyber city, shopping malls
/ complex, Five Star Hotels, Multispecialty Hospitals, metro rail premises,
Embassies buildings, Supreme court of India / High court buildings, Parliament/
Vidhan Sabha buildings.
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.
iii) Should have annualized average financial turnover of Rs. 39,60,403/- against
works executed during last three years ending 31st March of the previous
financial year. As a proof, CA attested copy (with UDIN) of Abridged Balance
Sheet along with Profit and Loss Account Statement of the firm should be
submitted along with the Bid/tender. Firms showing continuous losses during the
last three years in the balance sheet shall be summarily rejected.
iv) 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.
v) Scanned copy of EMD
vi) The Unconditional Acceptance of AAI’s Tender Conditions as per Annexure-1 of
GCC
vii) Undertaking regarding Debarment/Blacklisting as per Annexure-8 of GCC
viii) Integrity pact as per annexure-5 of GCC (if applicable).
ix) All documents issued/attested by Charted accountant shall have UDIN. Any
document issued/attested by Charted accountant without UDIN shall not be
accepted.
x) EMD
Scanned copy of demand draft/Bankers cheque/Insurance Surety Bond/ BG
against EMD with copy of the SFMS (Structured Financial Messaging System) BG
confirmation message sent by the BG issuing bank to ICICI bank (as per Annexure-
6 of GCC) along with letter of undertaking (as per Annexure-7 of GCC).
Envelope II: - Financial e- Bid
Version R5.2-GeM : 2022
Press-Cover | 5
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
3. Original document against EMD (if applicable) to be sent to O/o Airport Director, AAI,
Jabalpur Airport, Jabalpur (Madhya Pradesh) on or before the date and time as specified
in the tender document. Tender of the tenderers whose EMD (if applicable) is not
received by the time as specified in the tender document, then their tenders will be
summarily rejected. Any postal delay will not be entertained.
4. Bid Opening process is as below:
Envelope I containing scanned copies of the following documents
i. Registration Certificate of the Company
ii. Attested copy of experience certificates for completed work / ongoing work issued
by the organization where work has been performed shall be acceptable.
iii. Proof of Owning / Hiring Agreement of Machinery / equipment / T&P as per
Annexure -A.
iv. PAN Card Details
v. Turn Over Certificate
vi. Balance Sheet showing Profit & Loss for the last three years.
vii. Scanned Copy of the EMD
viii. Undertaking regarding Debarment/Blacklisting as per Annexure-8 of GCC
ix. Integrity pact as per annexure-5 of GCC (if applicable).
x. The Unconditional Acceptance of AAI’s Tender Conditions as per Annexure-1 of
GCC
xi. EPF, ESI, GST registration certificate
Documents for the technical bid (up loaded by the contractor / firms) shall be opened on
13.09.2023 at 1730 hrs the intimation regarding acceptance / rejection of their bids will
be intimated to the contractor/s firms through GeM 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 GeM 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: - 1) The financial bids of the contractors / firms found to be meeting the
qualifying requirements and technical criteria shall be opened on 19.09.2023.
(Depending on Technical Bid evaluation any changes in the date shall be intimated
through GeM portal).
Version R5.2-GeM : 2022
Press-Cover | 6
2) Bidders are required to upload "Item wise Price Breakup of quoted amount" on GeM
portal as per the format failing which, the bid will be rejected. Bidders to note that this
price breakup shall not be a part of L1 evaluation. However, the price breakup document
uploaded by the bidder will be considered as part of the contract.
3) If the total quoted amount (sum of Item-wise Price Breakup) of the bidder is different
from their quoted amount on GeM portal, then bidder shall be disqualified.
4) If bidder’s total quoted cost is less than the total cost of manpower specified in tender
document (as per minimum wages inclusive of PF, ESI etc.) plus GST@18%, then
bidder shall be disqualified
5) If there is a discrepancy between words and figures, the amount in words shall prevail
CRITICAL DATES:
S.No Activity Date Time in IST
1) Publishing Date 01.09.2023 1700hrs
2) Bid Document Download / Sale start Date (Next
day of publishing date)
01.09.2023 1730hrs
3) Clarification Start Date 01.09.2023 1730hrs
4) Clarification End Date 10.09.2023 1730hrs
5) Bid Submission Start Date 01.09.2023 1730hrs
6) Bid Submission End Date 13.09.2023 1730hrs
7) Last date and time of submission of original
document against EMD
13.09.2023 1730hrs
8) Opening of envelope- I (Eligibility & Technical
bids) on the GeM-portal
13.09.2023 To be decided
9) Opening of envelope II, Financial Bids on GeMportal
of eligible bidders
19.09.2023 To be decided
5. 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.
6. 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/blacklisting by any department of
AAI/MoCA/DoE (Debarment applicable for all Ministries/Departments). 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:
Version R5.2-GeM : 2022
Press-Cover | 7
i) Forfeit the entire amount of EMD submitted by the firm.
ii) The agency shall be liable for debarment from the tendering in AAI, apart from
any other appropriate contractual / legal action.
7. No contract of any kind whatsoever shall be placed to debarred firm including its allied
firms after the issue of a debarment order by the AAI/MoCA/DoE (Debarment applicable
for all Ministries/Departments). Bids from only such firms shall be considered for
placement of contract, which are neither debarred on the date of opening of tender (first
bid, normally called as technical bid, in case of two packet/two stage bidding) nor
debarred on the date of contract. Even in the cases of risk purchase, no contract should
be placed on such debarred firms.
If case, any debar firms has submitted the bid, the same will be ignored. In case such
firm is lowest (L-1), next lowest firm shall be considered as L-1. Bid security submitted by
such debarred firms shall be returned to them.
Contracts concluded before the issue of the debarment order shall, not be affected by
the debarment Orders.
The terms “banning of firm”, ‘suspension’, ‘Black-Listing’ etc. convey the same meaning
as of “Debarment".
8. Consortium /Joint Ventures companies shall not be permitted. No single firm shall be
permitted to submit two separate applications.
9. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directives of Govt. of India prevalent on the date of acceptance.
10. 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,
Jabalpur Airport
Version R5.2-GeM : 2022
Press-Cover | 8
ANNEXURE –A
List of machinery /equipment/T&P
S.No. Description of machinery /equipment/T&P
1 i. Walk Behind Scrubber-cum-Drier Machine and
ii. Rider on Scrubber-cum-Drier Machine.
2 Walk Behind Single Disc Scrubber Machine
3 Wet & Dry Vacuum Machine with applicable accessories for cleaning
shampooing of sofa/carpet/chairs
4 Back Pack Vacuum Cleaner
5 i. Walk Behind Sweeper Battery Operated and
ii. Walk Behind Sweeper Manual
iii. Rider on Sweeper.
6 Ride on Scooty Mop
7 High Pressure Jet Machine (with Foaming, Rinsing & Vacuuming function)
8 Hydraulic Aerial Access platform / Z Boom / Crawler Boom Lift (self-propelled
battery operated, workable height at least 17 mtrs)
9 Aluminum Dual Mast (Electrical) Aerial work platform, or Scissor Lift height at
least 12 mtrs
Note:
1) Machinery shown at Sl No 8 & 9 shall be considered for high rise glass and steel structured
terminal building only. Airport shall omit these machines if not applicable.
2) All machines should be in the possession of bidder and should not be more than 05 years
old. Hydraulic Aerial Access platform/ Z Boom / Crawler Boom Lift should not be more than 7
years old.
3) Machinery which are not considered in the tender should be strike out / omit from Annexure –
A.
Version R5.2-GeM : 2022
Press-Cover | 9
Annexure B
CHECK LIST FORMAT TO BE SUBMITTED BY APPLICANTS ALONG WITH TENDER
Name of work:
S N NIT Parameter Particulars of firm/contractor
1 Name and address of the firm/contactor.
2 PAN of the firm. ………..(Documents enclosed
herewith at appendix -----)
3 Contractor’s registration / proof as Specialized Agencies /
Contractors in Mechanised cleaning & sweeping
……………..(Documents
enclosed herewith at appendix -
----)
4 The Bidder should have experience of similar works (definition
of similar works as below) during the last seven years ending on
_________. The bidder has to submit the relevant work
experience certificates to the tune of 03 works each of 40% of
per annum estimated value (or) 02 works each of 50% of the per
annum estimated value (or) 01 work of 80% value of the per
annum estimated value in last 7 years.
Similar works mean – Mechanized cleaning of airport
terminals, non-residential PSU / Govt. office buildings, MNC
Buildings/ Cyber city, shopping malls / complex, Five Star
Hotels, Multispecialty Hospitals, metro rail premises,
Embassies buildings, Supreme court of India / High court
buildings, Parliament/ Vidhan Sabha buildings.
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
…………...(Documents
enclosed herewith at appendix -
----)
5 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.
…………….(Documents
enclosed herewith at appendix -
----)
6 TDS certificates from non-Government/Non PSU organization
should be submitted for the work executed for non-
Government/Non PSU organization commensurate with the
amount of work completed (each work should have separate
TDS index sheet on top of TDS certificates).
……………..(Documents
enclosed herewith at appendix -
----)
7 Should have annualized average financial turnover of
Rs ------------- (30% of per annum estimated cost) against works
executed during last three years ending 31st March of the
previous financial year.
……………..(Documents
enclosed herewith at appendix -
----)
8 Abridged Balance Sheet of the firm shall be submitted along
with the application. Firm showing continuous losses for the last
three years in the balance sheet shall be rejected.
…………….(Documents
enclosed herewith at appendix -
----)
9 Should have qualified supervisor and requisite T&P. (List of
manpower and T&P to be enclosed) owned/hired/leased
supporting documents to be attached with application.
……….…….(Documents
enclosed herewith at appendix -
----)
Airports Authority of India,
Rajiv Gandhi Bhawan,
Safdarjung Airport,
New Delhi-110003
Ph : 91-11-24632950
Your search yielded no results.













