A.A.I. C-Nil, I-Nil, O-Nil NIT-1
AIRPORTS AUTHORITY OF INDIA
DIRECTORATE OF ENGINEERING
CHITRAKOOT AIRPORT, CHITRAKOOT
NOTICE INVITING e-TENDER (2 BOT -2 Envelope Open Tender)
(Tender ID No. 2024_AAI_198958)
1. Item Rate/percentage rate/EPC e-tenders are invited through the e-tendering CPP
Portal by Sr.Manager(Engg-Civil), Chitrakoot Airport(Bid Manager) on behalf of
Chairman, A.A.I from the eligible contractors for the work of “Miscellaneous civil
works at Chitrakoot airport.(2024-25)” at an estimated cost ofRs.64.31 Lakh
(Excluding GST)with completion period of 02 (Two) Months(including two months of
rainy season).
The tendering process is online at CPP-portal URL address
https://etender.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’
& ‘Password’ and go through the instructions available in the Home Page after log in to
the CPP-portal https://etender.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/etender/
help desk support.
(i) 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
International bidders are requested to prefix 91as country code.
Tenderers are requested to 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 CPPP”.
(ii) 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
Numbers
Timings*
1 Technical
Help Desk
Team
Instant
Support
eprochelp@aai.aero 011-24632950
Ext. 3512
0800-2000
Hrs. (MON
– SAT)
2 JE (IT) After 4 Hrs. of
Issue
etendersupport@aai.aero or 011-24632950 0930-1800
Hrs.
vaibhav_g@aai.aero Ext. 3523 (MON –FRI)
3 Sr. Manager
(IT)
After 12 Hrs. shripatim@aai.aero 01124632950
Ext. 3509
0930-1800
Hrs.
(MON –
A.A.I. C-Nil, I-Nil, O-Nil NIT-2
FRI)
4 Jt. GM (IT) After 24 Hrs. Sunil.km@aai.aero 01124632950
Ext. 3506
0930-1800
Hrs.
(MON –
FRI)
5 General
Manager (IT)
After 03 Days. gmit@aai.aero 01124657900
0930-1800
Hrs.
(MON –
FRI)
*The help desk services shall remain closed on all Govt. Gazetted Holidays.
Tender processing fee of Rs.1180.00(i/c GST), Non-refundable will be required to be
paid online on CPP Portal only.
Earnest Money Deposit (EMD) of Rs.1, 28,627.00 will be required to be paid online on
CPP portal only.
2. Following 2 envelopes shall be submitted through online at CPP-portal by the tenderer
as per the following schedule:-
CRITICAL DATE SHEET
Publishing Date 12.13.2024 (at 1800 Hrs.)
Bid Document Download / Sale Start Date 12.14.2024(From 0930 Hrs.)
Clarification Start Date 12.14.2024 (From0930Hrs.)
Clarification End Date 12.18.2024 (Upto1800 Hrs.)
Bid Submission Start Date 12.14.2024(From 0930 Hrs.)
Bid Submission End Date 01.08.2025 (Upto1800 Hrs.)
Bid Opening Date (Envelope- I) 01.10.2025 (at 1100 Hrs.)
Bid Opening Date (Envelope- II) To be intimated through CPP Portal
Note: 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 regards shall be entertained.
Envelope-I (Technical Bid and Pre-qualification): - Bid containing following:
A. Technical Bid containing the following:-
I. Scanned copy of Tender Acceptance letter on Bidder’s Letter Head(As per annexure -
I).
II. Scanned copy of Permanent Account Number (PAN) and GST Registration Number.
III. Scanned copy of ‘Undertaking’ regarding Blacklisting / Debarment on Bidder’s Letter
Head(As per annexure -II).
IV. Scanned copy of Form- A - details of similar works completed during last seven
years supported with completion certificate issued by client.(As per annexure -III).
V. Scanned copy of Form- B - Financial Information. (As per annexure -IV).
VI. Scanned copy of Form- C – Net Worth. (As per annexure -V).
A.A.I. C-Nil, I-Nil, O-Nil NIT-3
VII. 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.(As per annexure -VI).
VIII. 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.
IX. PQ Performa (Part – A, B & C) duly filled(As per annexure -VII).
X. Affidavit as per proforma Annexure- X in Rs. 100/- non judicial stamp paper duly
notarized.
XI. Compliance of order on Restriction under Rule 144(xi) of the General Financial Rules (GFRs)-
2017 as per Annexure- LBS
B. Qualifying requirements of contractors / tenderers containing the following:-
i) Should have successfully completed or substantially completed three works, each
ofRs.25.73Lakh(excluding GST) or two works each of Rs.32.16
Lakh(excluding GST) or one work of Rs.51.45Lakh(excluding GST) in single
contract of similar nature of works i.e. Civil works. during last Seven years ending
last day of month previous to the one in which tenders are invited. (i.e.
on30.11.2024).
The details of similar works completed during last seven years in the given
format Form A(Annexure-III) with supporting documents issued by the client.
Note:
1. 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.
2. The Tenders invited for Annual Rate Contracts for O&M/ AMC/ CMC works, agency
having experience of completed AMC contract of more than one year shall be counted
for the value of work for a completed one year on pro-rata basis. However, the
agency who has completed one year of work in running AMC contract of more than
one year,may be counted for the value of work for a completed one year on pro-rata
basis.
3. Experience gained by executing work on back-to-back contract/ Sub-contract
basis is acceptable in the following conditions:
a 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.
b. Payments received by second agency should be reflected in TDS certificates.
4. Experience gained in composite works for the specialized nature of works (List of
Specialized Items / Jobs/ Works are mentioned at Para 35.3 of AAI Works Manual)
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
A.A.I. C-Nil, I-Nil, O-Nil NIT-4
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).
5. 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 nongovernment/
non-PSU organizations should submit copy of tax deduction at
sources (TDS) certificate(s) alongwith 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.A certificate as per Annexure-VIII issued
from certified Charted Accountant need to be submitted.
ii) Should have average Annual financial turnover of Rs.19.29 lakhs on construction
works during last three years ending 31st March of the previous financial year.
The Financial Information should be submitted in the given format – Form-B
(Annexure-IV).
Tenderers showing continuous losses during the last three years in the balance sheet
shall be summarily rejected.
iii) The tenderer should have a minimum net worth of Rs.9.65 lakhs issued by certified
Chartered Accountants. The Certificate should be submitted in the given format- Form-
C(Annexure-V).
*For Start-ups bidders and Sub-contractors, for repair works estimated
cost of upto Rs. 30 lakhs, the requirements regarding General
Construction Experience, Particular construction Experience and
Available Bid Capacity may not be insisted upon provided the bidders
fulfill other criteria regarding Financial/ Personnel/Equipment
capabilities. However, to avoid overstretching of their resources, no such
contractors may be allowed to hold more than 2(Two) contracts under
relaxedcredentials, at any given time.
Envelope-II: - The Financial e-Bid through CPP portal.
All rates shall be quoted in the format provided and no other format is acceptable.
The price bid has been given as a standard BOQ format with the tender document,
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 bluecoloured(
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
A.A.I. C-Nil, I-Nil, O-Nil NIT-5
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.
1. 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.
1. 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 the
application shall not be entertained.
2. Not more than one tender shall be submitted by one tenderer or tenderers having business
relationship. Under no circumstance will father and his sons(s) or other close relations who
have a 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 competitions. A breach
of this condition will render the tenders of both parties liable to rejection.
3. 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.
4. Bids Opening Process is as below: -
Envelope-I: (EMD, Technical bid and Pre-qualification):
Envelope-I containing documents as per Para 2 (A) and (B) (uploaded by
thetenderers) shall be opened on date & time mentioned in CRITICAL DATE 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
regards 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.
A.A.I. C-Nil, I-Nil, O-Nil NIT-6
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
DATE SHEET. (In case the date and time for opening of Envelope-II (Financial e-
Bid) is required to be changed, the same shall be intimated through CPP portal).
5. 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.
6. AAI reserve 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. AAI reserve the right to
verify the credential submitted by the tenderer at any stage (before or after
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:
a) Forfeit the entire amount of EMD submitted by the tenderer.
b) The tenderer shall be liable for debarment for a period upto two years from
tendering in AAI including termination of the contract apart from any other
appropriate contractual/legal action.
7. Consortium /JV companies shall not be permitted.
8. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
direction of Govt. of India prevalent on the date of acceptance.
9. Concessions to Indian Micro & Small Enterprises (MSEs) units registered with
DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and Handloom etc., to be given as per the
provisions of Public Procurement Policy for MSEs order 2020 with up to date amendments,
shall be applicable for tenders of supply/services and shall not be extended to
construction work.
10. Tenderers have to submit Unique Document Identification Number (UDIN) generated
documents like Balance Sheet / Turnover certificate, Working Capital Certificate (works done
during last 5 financial years & works in hand), Net worth Certificate, Tax Deduction at Source
(TDS) Certificates for Non- Govt. works etc. as per NIT conditions duly certified by CA and
having UDIN. The documents submitted by bidders without UDIN shall not be entertained.
11. 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.
A.A.I. C-Nil, I-Nil, O-Nil NIT-7
12. 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)
--- Sd ------
(Bid Manager)
Sr. Manager (Engg-Civil)
For and behalf of Chairman, AAI
AAI, Chitrakoot Airport
09662290980
भारतीय विमानपत्तन प्राधिकरण,
राजीव गांधी भवन,
सफदरजंग हवाई अड्डा,
नई दिल्ली - 110003
फ़ोन : 91-11-24632950
Your search yielded no results.













