0% found this document useful (0 votes)
19 views13 pages

WNITHISAR

The Airports Authority of India is inviting e-tenders for the construction of various facilities at Hisar Airport, with an estimated cost of Rs. 503.71 Cr. The tender process is online, requiring registration on the CPP portal, and includes a bid submission period from January 24 to January 31, 2024. Contractors must meet specific eligibility criteria and submit necessary documents, including an Earnest Money Deposit of Rs. 5.29 Cr.

Uploaded by

mg89570045
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
19 views13 pages

WNITHISAR

The Airports Authority of India is inviting e-tenders for the construction of various facilities at Hisar Airport, with an estimated cost of Rs. 503.71 Cr. The tender process is online, requiring registration on the CPP portal, and includes a bid submission period from January 24 to January 31, 2024. Contractors must meet specific eligibility criteria and submit necessary documents, including an Earnest Money Deposit of Rs. 5.29 Cr.

Uploaded by

mg89570045
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 13

AIRPORTS AUTHORITY OF INDIA

DIRECTORATE OF ENGINEERING-NR
CORPORATE HEADQUARTERS
RAJIV GANDHI BHAWAN
SAFDARJUNG AIRPORT, NEW DELHI - 03

NOTICE INVITING e-TENDER (2 BOT - 2 Envelope Open Tender)

TENDER ID: 2023_AAI_177182_1


1. EPC (Engineering Procurement and Construction) e-tenders are invited through the e-
tendering CPP Portal by Senior Manager, ( Engg-E) (Bid Manager) on behalf of Chairman,
AAI from the eligible contractors for the composite work of “Construction of Integrated
Terminal Building,Cargo Terminal, ATC Tower cum Technical Block, Fire Station
Building with Fire Control Tower including Ancillary Buildings like Office
Building, Maintenance Building, Security Building, Sub-Station Building, A/C
Plant, Pump Room, MT Pool cum Workshop etc., City and Air side Development
around Buildings, Car Parking etc. and other associated works at Hisar Airport.”
at an estimated cost of Rs. 503.71 Cr. (Capital Cost of Rs. 492.71 Cr. plus AICMC cost
of Rs. 11.00 Cr. but excluding GST, ESI, PF) with completion period of 32 months (
including 6 month considered for rain), DLP of 24 Months after actual date of completion
of work & thereafter (i) 60 Months AICMC for MEP, AS & IT works, (ii) 24 months AICMC
for Civil and Horticulture works.

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 get themselves register 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.

(i) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk
details are as below: -
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593,
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.

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

(ii) 08.00 hrs to 20.00 hrs (Mon-Sat)-


011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero

Tender Document-Hisar Page-29


(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950, Ext-3523, E-Mail:-etendersupport@aai.aero,
sanjeevkumar@aai.aero and snita@aai.aero.

(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-


011-24657900, E-Mail: - gmitchq@aai.aero

In case of technical support regarding e-tender portal, if the AAI Help Desk is non-
responsive, the Bid Manager may be contacted as below on all working days from 09.30
hrs. to 18.00 hrs.

Tender processing fee of Rs. 11,800/ (i/c GST), non-refundable will be required to
be paid online on CPP Portal only.

Earnest Money Deposit (EMD)

Earnest Money Deposit (EMD) of Rs 5.29 Cr. will be required to be paid online on CPP
portal. Contractors may have the option to submit EMD in the form of Insurance Surety
Bonds or Bank Guarantee (BG) -paper form from a Nationalized or any scheduled bank
but not from Co-Operative or Gramin/ Rural bank (scheduled or Non-scheduled banks),
if EMD amount is more than 10.00 lacs

The Bank Guarantee (PBG/BG-SD/FBG) in accordance with the bank details as:
CORPORATE NAME : AIRPORTS AUTHORITY OF INDIA
BANK NAME : ICICI BANK
IFSC CODE : ICIC0000007
BG ADVISING MESSAGE : IFN760COV (BG ISSUE)
: IFN767COV (BG AMENDMENT)
UNIQUE IDENTIFIER CODE (7037) : (AAICORHQ)

Please note that under no circumstances bid procedure related queries shall
be referred to the Independent External Monitors (IEMs).

2. Following 2 envelopes shall be submitted online through CPP-portal by the tenderer as


per the following schedule: -
CRITICAL DATA SHEET

Publishing Date 15.12.2023


Bid Document Download / Sale Start Date (Next Day of 16.12.2023 at 0930 hrs
Publishing Date)
Clarification Start Date 16.12.2023 at 0930 hrs
Clarification End Date 08.01.2024 upto 1700 hrs.
Pre-Bid Meeting, if applicable N. A
Bid Submission Start Date 24.01.2024 at 0930 hrs
Bid Submission End Date 31.01.2024 upto 1700 hrs.
Last date and time of submission of Original Insurance 05.02.2024 upto 1700 hrs.
Surity Bond/BG against EMD, if not paid online on CPP
portal.

Tender Document-Hisar Page-30


Bid Opening Date (Envelope- I) 06.02.2024 at (1500Hrs.)
Bid Opening Date (Envelope- II) 28.02.2024 at (1100Hrs.)

Envelope-I (EMD, if not paid online on CPP Portal, Technical Bid and
Prequalification): - Bid containing following:-

A. EMD, if not paid online on CPP Portal:

i) Scanned copy of 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, letter of undertaking as per Appendix-II (a)/page
69 and request letter for transmission of Bank Guarantee Cover message as
Appendix-II (b)/page 70, if EMD not paid online on CPP Portal.

B. Technical Bid containing the following: -

i) Scanned copy of Tender Acceptance Letter on Bidder’s Letter Head. (Appendix-


III/page-73)
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 (Appendix-VI, page-83).
iv) Scanned copy of Form- A - details of similar works completed during last seven
year
with completion certificate issued by client. (page-62)
v) Scanned copy of Form- B - Financial Information (Turnover) (page-63).
vi) Scanned copy of Form C – Net Worth.(page-64)
vii) Scanned copy of form D- Financial Data (Work done during last 5 years)(Page-
65)
viii) Scanned copy of Form E- Work in Hand.(page-66)
ix) Scanned copy of Signed Integrity Pact (as per Appendix-IV, page-74-81).
x) Bid Capacity: Financial bids of the tenderer will only be opened if their available
bid capacity is more than Rs. 503.71 Cr. Available bid capacity will be calculated
based on the following formula.

Available Bid Capacity: - B =2NT-A

Where,
B = is the bidding capacity
N = Maximum value of works executed in any one year during the last 5 (five)
years (updated the completed works to current costing level of enhancing at a
simple rate of interest @7% per annum).

T = is the numbers of years prescribed for completion of the work in question.


A = is the value of the existing commitments and ongoing works to be completed
in the next ‘T’ years.

Note: Bid capacity of the tenderer and value of existing commitments for ongoing
works during period of 32 months w.e.f. from last date of submission of bid has
to be submitted by the tenderer as per the prescribed Performa as per Appendix-

Tender Document-Hisar Page-31


V/ at page 82. These data shall be certified by the Chartered Accountant/
Company Auditor with his stamp and signature in original with membership
number.

xi) Bidder shall submit scanned copy of ‘Undertaking’ on Company’s Letter Head as
per appendix-VII, page 84, 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.

xii) 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.

xiii) PQ Performa duly filled (Page 42-47)

C. Qualifying requirements of contractors / tenderers containing the


following: -

i) 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 Rs. 197.08 Cr.
(excluding GST) or two works, each of Rs. 246.36 Cr. (excluding GST) or
one work of Rs. 394.17 Cr. (excluding GST) single contract of similar nature
of Composite Works of Centrally Air-conditioned Buildings through Chillers like
Airport Terminal Buildings, 5 Star Hotels, Metro Stations, Institutional Buildings,
Shopping Malls, Business / Commercial Complexes, Hospitals, Sports Complex
with indoor stadium, Corporate Office Buildings (Component of office/control
room constructed with similar specification in other infrastructure projects shall
also be considered). (The composite work include components of civil building
works, Electrification and E&M services like Fire Alarm / Fire Fighting, HVAC
through Chiller, Sub-Station equipments.) on EPC Mode/Turn Key (Design &
Build) basis during last seven years ending last day of month previous to the one
in which tenders are invited

Tenderers not having the work experience on EPC Mode/Turn Key (Design &
Build) Basis as above but having requisite work experience as stated above in
other modes of tenders, shall also be allowed to participate if they meet the
following conditions:

ii) Tenderers should have either in-house facility of design/drawing or should


associate architect/designer firm. The in-house facility of design / drawing or
associate architect/designer firm 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 Rs. 197.08 Cr. (excluding GST) or two works, each of Rs. 246.36 Cr.

Tender Document-Hisar Page-32


(excluding GST) or one work of Rs. 394.17 Cr. (excluding GST) (excluding
GST) in single contract of similar nature of Composite Works of Centrally Air-
conditioned Buildings through Chillers like Airport Terminal Buildings, 5 Star
Hotels, Metro Stations, Institutional Buildings, Shopping Malls, Business /
Commercial Complexes, Hospitals, Sports Complex with indoor stadium,
Corporate Office Buildings (Component of office/control room constructed with
similar specification in other infrastructure projects shall also be considered). (The
composite work include components of civil building works, Electrification and
E&M services like Fire Alarm / Fire Fighting, HVAC through Chiller, Sub-Station
equipments.) during last seven years ending last day of month previous to the
one in which tenders are invited.

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. 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

3. Experience gained in composite works for the specialized nature of works (List of
Specialized Items, as per Annexure-XVII, page 95-98) were executed by main
contractor either by in-house expertise & experience or by engaging the
specialized agencies with the approval of mainclient 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


mainagency 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).

In case the tender is being invited on EPC Mode/Turn Key (Design & Build)
Basis after engagement of consultant by AAI, the tenderer cannot associate the
same consultant and their sub-consultants associated with the project as
architect/designer firm/consultants.

Substitution of Key Personnel/ Professionals/ Associate firms

The PMC agency shall not change any Key Personnel/ Professionals/ Specialist
consultants/Sub-consultants/ associates firms/ based upon whose credentials/
the PMC agency has been technically qualifietill completion of the stage

Tender Document-Hisar Page-33


assignment/ project, unless change is required due to unavoidable
circumstances.

Substitution of Key personnel/ Professionals to be engaged as per NIT can be


allowed with following conditions:
a) Substitution of key personnel/ professionals can be allowed in compelling or
unavoidable situations only and the substitute shall be of equivalent or higher
credentials. Such substitution shall be limited to not more than 30% of total key
personal subject to equal/yj or better, qualified and experienced personnel being
provided to the satisfaction of the procuring entity.

b) Replacement of first 10% of key personnel/ professionals shall be subject to


penalty/reduction of remuneration. The penalty/ reduction of remuneration shall
be 5% of the remuneration which would have been paid to the original personal
from the date of the replacement till completion of pre-defined stage/ contract.

c) In case of the next 10% replacement the reduction in remuneration shall be


equal to 10% (ten percent) and for the third 10% replacement such reduction
shall be equal to 15% (fifteen percent).

Substitution of Sub-consultant/ associates firms can be allowed one time only


during
contract period with approval of AAI and with penalty of Rs. 5.00 lakh each case
of specialist consultant/ Sub-consultant/ associate firm.

“The value of executed works and consultancy (design/drawing) 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 previous day of last day of submission of bids.

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.

iii) Should have annualized average financial turnover of Rs. 147.81 Crore on
construction work during last three years ending 31st March of the previous
financial year. Financial information shall be submitted in the given format –Form-
B (page-63)

Tenderers showing continuous losses during the last three financial years in the
balance sheet shall be summarily rejected.

iv) The tenderer should have a minimum net worth of Rs. 73.91 Cr., issued by
certified Chartered Accountants. The Certificate should be submitted in the given
format –Form-C (page 64)

Tender Document-Hisar Page-34


v) Consortium of firms/JV Company Agreemnt, if any.

D. Applications from Joint Venture Company duly registered/Consortium of firms


/ companies should be considered subject to following conditions: -

i. Consortium of firms should not comprise more than two firms and none of
them should be part of any other JV/consortium.

ii. Joint Venture firm as a single unit or each member of the consortium should
have Permanent Account Number (PAN) and Goods and Service Tax (GST)
Registration Number.

iii. A detailed and valid agreement exists between the consortium members
defining clearly the role, responsibility and scope of work of each member
along with nomination of leader for the purpose of this work commensurate
with their experiences and capabilities and a confirmation that the members
of the consortium assume joint and several responsibilities. It shall be
mandatory for lead partner to attend all progress review meetings and
answerable to all issues relating to project.

iv. The leader of the Consortium of firm shall meet 80% of the qualification
criteria as defined in paras 2-C(i) to 2-C(iii) and 2-B(iv) above and shall
accept overall responsibilities of contract obligations for the total scope of
work during execution and upto defects liability period. Second partner of
the consortium shall meet 40% of the qualification criteria as defined in
para 2-C(i) to 2-C(iii) and 2-B(iv) above.

v. Consortium of firms / JV company should deploy sufficient plant and


machinery as per the requirement of work in consultation with the
Engineer-in-Charge (EIC) to achieve the milestones/targets and overall
completion within the time period. Consortium of firms / JV company shall
submit scanned copy of ‘Undertaking’ in this regard.

vi. In addition to 2-D(i) to 2-D(iv) above, qualification criteria defined in Para


2 (A), (B) & (C) shall be met fully/ jointly by both the members of
Consortium or as a single unit of joint venture.

vii. Lead partner shall have minimum 51% shareholding ratio in JV.

In case of a JV,the Bank guarantee towards EMD/ Performance guarantee


shall be accepted either in the name of consortium firm or all individual
partners in proportion to their JV share in the project.

E. (i) Accredited Agent of foreign firms can purchase & upload Tender document
on behalf of their Principal firm on submission of accreditation certificate in
addition to required qualifying documents. However, the scanned copies of
documents to be uploaded as per NIT shall be signed by the principal firm
before uploading the scanned copies of the same by accredited agent on CPP

Tender Document-Hisar Page-35


e-tendering portal. Principal firm shall give an undertaking to the effect as
under:

(a) Name & Address of Accredited Agent whom Principal firm has hired for
purchase & uploading of tender document on their behalf.

(b) Foreign Principal firm is solely responsible for the Financial bid (Quote) sub
ssmitted by Accredited Agent.

(c) Those Foreign Principal firm(s) not having registered office in India shall be
required to establish office in India and comply with all statutory requirements
as per Indian Law and also to obtain registration certificate, Permanent
Account Number (PAN) from Income-Tax Authority, GSTIN, and other required
documents/ certification within one month of issue of Letter of Intent (LoI), if
becomes successful tenderer. This shall also be applicable for foreign firm(s)
participating as Joint Venture (JV).

(ii) Indian firm as a part of Joint Venture shall be required to comply all statutory
requirements for incorporation of JV firm as per Indian Law and also to obtain
Permanent Account Number (PAN) from Income- Tax Authority, GSTIN, and
other required documents/ certification in the name of JV, within one month of
issue of Award Letter / Letter of Intent (LoI), in case JV firms becomes successful
tenderer. In case Indian firms are participating as Joint Venture (JV), the
submission of tender shall be as follows:

a) In case of Joint Venture firm already registered, the e-tender submission shall
be made in the name of Joint Venture firm only by obtaining digital signature
certificate (DSC) in the name of authorized signatory of Joint Venture.

b) In case of Joint Venture firm not registered so far, the e-tender submission shall
be made in the name of Joint Venture firm only by using credentials of any
member of JV with digital signature certificate (DSC) of authorized signatory of
Joint Venture (JV).

(iii) Foreign eligible firms, shall submit their self-attested turnover and work
experience
certificates as a proof of authenticity. However, in case of becoming successful
tenderer/ partner of successful JV firm, the self-attested work experience
certificate and turnover shall be verified by Airports Authority of India
independently from issuing authority before acceptance of bid.
Note 1: Experince certificate issued by client should show mandatory details:
 Name of Work
 Valid Address & e-mail ID, telephone numbers of the certificate issuing
authority.
 Date of start, stipulated & actual date of completion, awarded and
Completion cost.
 Brief description of work done.

Note 2: If any of the supporting documents is submitted in any language other


than English (For Indian languages, the translated English version duly notarized
by Indian Notary. For Foreign languages, the translated English version duly

Tender Document-Hisar Page-36


certified from the Indian Embassy of the certificate issuing country or the
embassy of the certificate issuing country in India.) shall be submitted with the
respective document. All supporting documents submitted with the bid should
be self-certified.

(iv) Conversion of Foreign Currency: The following procedure shall be adopted:

a. The value of completion cost of the work (other than INR) shall be calculated by
considering the Exchange rate (as notified by Reserve Bank of India /
International currency conversion sources) of foreign currency in INR on the date
of completion of the work.
b. 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 the last date or extended date of submission of
bid.

c. Turnover of foreign firms shall also be calculated by considering the Exchange


rate (as notified by Reserve Bank of India/International currency conversion
sources) of foreign currency in INR on the date of ending of particular financial
year of that country.

(v) All tenderers to quote their rates only in INR and may note that all contract
payment shall be made in INR only. All relevant taxation law of India shall also
apply during release of payment and necessary deduction as per tender
conditions and relevant laws shall be made.

(vi) Certificates of Subsidiary/Group Companies:

(i) Documentary evidence which proves that both the foreign / Indian companies
/ firms are indeed 100% wholly owned subsidiaries or branch of the same
foreign/ Indian principal company/ firm.

ii) An undertaking from the foreign / Indian principal company / firm that they
will provide all required technical support, technical know-how and will take full
responsibility and liability of bidding foreign / Indian subsidiary company / firm
or branch till the successful completion of project including defects liability /
warrantee / guarantee period as per Annexure –XI/page-88-89.

(iii) Balance sheet showing equity holdings or certificate by the company


Chartered Accountant / Auditor of foreign / Indian principal company/ firm
showing equity holding patterns between the foreign/ Indian principal company
/ firm and their wholly owned foreign/ Indian subsidiary companies / firms or a
duly notarized certificate by the foreign / Indian principal company / firm that
company(ies) / firm (s) are their wholly owned subsidiary(ies) / branch (es) and
subsidiary company / branch may be allowed to participate in the AAI tender

(iv) Consolidated Audited Balance Sheet of foreign/ Indian Principal company /


firm.

(v) Foreign/Indian principal company/firm shall also undertake that the said work
experience credentials have not been used by any of their other foreign/Indian

Tender Document-Hisar Page-37


subsidiary company/firm or by them, i.e., the principal company/ firm itself for
the same tender

(vi) In case above statement /undertaking under above para (v) is found
violated, the application of company / firm tenderer, who had submitted the work
experience credentials of other foreign / Indian subsidiary/ principal company /
firm along with required undertaking from their foreign / Indian principal
company / firm (as per Annexure-XI at page 88-89) as well as the applications
of the foreign / Indian principal company / firm & it's other foreign / Indian
subsidiary(ies) for the same tender shall be summarily rejected and their entire
EMD amounts shall be forfeited.

Scanned copy of all the Documents of Envelope–I mentioned above shall be


submitted on the CPP portal. If EMD not paid online on CPP Portal, Original/Hard
Copies of Insurance Surity Bond/BG against EMD is required to be
submitted/sent to the Senior Manager (Engg- Electrical), on or before date &
time mentioned in CRITICAL DATA SHEET. The tenderer, whose Insurance Surity
Bond/ BG against EMD are not received by the date & time mentioned in critical
data sheet, then their tenders will be liable to be rejected. Any postal delay will
not be entertained.

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 coloured
(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.

3. Refund of EMD

EMD amount of the rejected/unsuccessful bidders will be refunded to their source account
after submission of Technical / Financial evaluation report on CPP portal by bid Manager.
If EMD submitted in the form of BG/Insurance Surity Bond, shall be returned by post.

Tender Document-Hisar Page-38


4. 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.

5. 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.

6. Tenderer who has downloaded the tender from Central Public Procurement Portal
(CPPP) website https://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.

7. Bids Opening Process is as below: -

Envelope-I (EMD (if not paid on line on CPP Portal), Technical bid and
Prequalification]

Envelope-I containing documents as per Para 2 (A), (B), (C), (D) & (E) as applicable
(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 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 or email 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.

Tender Document-Hisar Page-39


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).

Bid Evaluation Process: -

The cost of capital work has been considered for fixing the pre-qualification criteria as
the AICMC will be required to be undertaken only after the completion of main
structures. Hence AICMC cost has not been included for determining the PQ Criteria.

However, for determining the lowest bid, the total quoted cost of capital work as well
as AICMC cost will be considered and the total cost for comparison of the bid will
comprise of capital cost of the project as well as AICMC cost.

8. 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 restrained/
debarred/ blacklisted by Airports Authority of India(AAI)/ Ministry of Civil
Aviation(MoCA)/ Dept. of Expenditure(DoE), Ministry of Finance and the debarment/
blacklisting/ restrainment is not in force as on last date of opening of tender. 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:

a. Forfeit the entire amount of EMD submitted by the tenderer.

b. The tenderer shall be liable for debarment from tendering in AAI, including
termination of the contract apart from any other appropriate contractual/legal
action.

9. Consortium/JV companies if any, shall be permitted.

10. Purchase preference to Central Public Sector Undertaking shall be applicable as per
the directive of Govt. of India prevalent on the date of acceptance.

11. 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 2012 with up to date
amendments, shall be applicable for tenders of supply/services and shall not be
extended to construction work

Tender Document-Hisar Page-40


12. Tenderers have to submit 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.

13. Tender shall be submitted in English language, if any of the supporting documents is
submitted in any language other than English (For Indian languages, the translated
English version duly notarized by Indian Notary. For Foreign languages, the translated
English version duly certified from the Indian Embassy of the certificate issuing country
or the embassy of the certificate issuing country in India.) shall be submitted with the
respective document. All supporting documents submitted with the bid should be self-
certified & stamped by the firm and serially numbered. An index of documents
submitted shall also be submitted.

IMPORTANT NOTES:

i) For determining eligibility of tenderer in terms of experience certificate and financial


turnover, completion cost shall be considered exclusive of GST, ESI, PF and AICMC cost.
The Bidder shall give undertaking mentioning whether the GST/Pre GST Taxes, ESI &
PF are included in the completion cost or not in the client completion certificate, If
included, the bidder shall mention the percentage/ break up cost of these components.

ii) In case of non-submission of required undertaking, AAI shall determine GST/Pre GST
Taxes, ESI & PF components as per CPWD / AAI guidelines amended from time to time
and shall carry out further evaluation accordingly.

(Bid Manager)

Tender Document-Hisar Page-41

You might also like