INSTRUCTIONS TO THE BIDDERS
1. GENERAL INSTRUCTIONS
1.1 Office of the General manager (ATM), Airports Authority of India, NSCBI Airport,
Kolkata - 700052, hereinafter referred to as the ‘Client’ invites e-bids
through Government e-Marketplace (GeM) from the following Agencies sponsored by
DGR Vide Letter No 2112/SA/AAI Kolkata/WB/2023/ 5323/ 5945/ 5323/ 6061/ 6954
M/s 5323/ Jaideep Bhowmick Security Agency.
M/s 5945/ Manoj Kumar Security Agency.
M/s 7941/ Joydeep Moitra Security Agency.
M/s 6061/ Adwitiya Basu Security Agency.
M/s 6954/ Debabrata Roy Security Agency.
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.
The Bidder should download the Bid document (Scope of Work, General Conditions of Contract and Special Conditions of Contract) through GeM Portal and upload it again at the time of submission of the bid with signature and stamp as in token of the Bidder having acquainted himself/themselves and accepted the entire Bid document (Scope of Work, General Conditions of Contract and Special condition of Contract) including various terms and conditions of contract on ‘Additional Doc 4’ page along other documents in GeM portal.
1.4 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.
1.5 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.
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 be sponsored by DGR Vide Letter No 2112/SA/AAI Kolkata/WB/2023/ 5323/ 5945/ 5323/ 6061/ 6954.
The bidder should have valid Permanent Account Number (PAN).
2.1 Following documents supporting the Minimum Eligibility Criteria shall be uploaded in GeM portal.
In proof of having fully adhered to minimum eligibility criteria at 2(a), self-attested copy of Empanelment certificate issued by DGR and PSARA Certificate on date of sponsorship shall be uploaded on ‘Certificate’ link in GeM portal.
In proof of having fully adhered to minimum eligibility criteria at 2(b), self-attested copy of PAN shall be uploaded on ‘Additional Doc 1’ link in GeM portal.
Other documents as per Clause 6 of Annexure-2 shall Uploaded at ‘Additional Doc 2’ link in GeM portal.
EARNEST MONEY DEPOSIT
The Earnest Money Deposit is not required as the bids are invited from DGR sponsored Agencies only, who are exempted from Earnest Money Deposit.
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.
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 All the five bidders who are sponsored by DGR vide Letter No 2112/SA/AAI Kolkata/WB/2023/ 5323/ 5945/ 5323/ 6061/ 6954 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 Bidders are suggested to upload only the relevant documents at the mentioned links/locations. The bids shall be summarily rejected, if the irrelevant documents are uploaded or the relevant documents are not found at the mentioned links/locations in the GeM portal.
5.6 The important dates are mentioned in Bid document.
6. TECHNICAL BID
The Bidder shall be required to follow the procedure 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 at ‘Additional Doc 3‘ link in GeM portal along with other documents.
Annexure-7 : The Bidder shall be required to submit an 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 at ‘Additional Doc 4’ link in GeM portal along with other documents.
Annexure-8 : The Bidder shall be required to submit an 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 at ‘Additional Doc 4’ link in GeM portal along with other documents.
Annexure-9: The Bidder shall be required to submit an 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 at ‘Additional Doc 4’ link in GeM portal along with other documents.
Annexure-6 : Technical Bid Form: The Bidder shall be required to sign, scan and upload the Technical Bid Form as per Annexure 6 at ‘Additional Doc 4’ link in GeM portal along with other documents.
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.
FINANCIAL BID
The rates of service charges quoted shall be firm and final. The rates of service charges should be percentage of the total applicable payment as per DGR Circular for Minimum Wages in force. The rates so quoted shall cover the cost of overhead cost, charges of GeM portal, fee/cost to get the airport entry pass for workers and profit margin. The applicable expenses as per DGR Circular for Minimum Wages in force will be reimbursed on submission of proof of such payments.
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 or through electronic means.
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.
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 who qualifies in the technical evaluation stage shall be further processed. 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, 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 bidder are same and lowest, the senior most bidder as per DGR vide Letter No 2112/SA/AAI Kolkata/WB/2023/ 5323/ 5945/ 5323/ 6061/ 6954 will be selected as the successful bidder if such selection is permitted in the GeM portal. Otherwise, the bidder selected by the GeM portal 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 for 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/agencies 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/agencies 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
12.1 After determining the successful Lowest Bidder, Client shall issue Acceptance
(LoA) through GeM portal. Successful bidder will have to visit O/o General Manager (ATM), Kolkata within 10 days of issuance of acceptance to arrange to start the work.
भारतीय विमानपत्तन प्राधिकरण,
राजीव गांधी भवन,
सफदरजंग हवाई अड्डा,
नई दिल्ली - 110003
फ़ोन : 91-11-24632950
Your search yielded no results.













