[go: up one dir, main page]

0% found this document useful (0 votes)
42 views7 pages

Notice Inviting E-Tenders: Airports Authority of India

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 7

AIRPORTS AUTHORITY OF INDIA

CORPORATE HEAD QUARTER,


DIRECTORATE OF ENGINEERING (ER)
RAJIV GANDHI BHAWAN,
SAFDARJUNG AIRPORT, NEW DELHI -03

Notice Inviting e-tenders


1. Item rate tenders are invited through the e-tendering portal by Asstt. General
Manager (Engg-Civil) (Bid Manager) on behalf of Chairman, AAI from the eligible
contractors for the composite work of Construction of New Integrated Terminal
Building at VSI Airport Port Blair- Balance work. at an estimated cost of
Rs 404.73 crore (approx.) (Civil, Internal & External EI, Fire Fighting, Fire Alarm
works, BMS & HVAC works)

with period of completion 42 months (including 6

months considered for rainy season).


The

tendering

process

is

online

at

e-portal

URL

address

https://etender.aai.aero/irj/portal or www.aai.aero . Aspiring bidders may go through


the tender document by Guest User login.
Prospective Tenders are advised to get themselves acquainted for e-tendering
participation requirements at Guidelines for bidders, register themselves at AAI etendering portal, obtain User ID & Password and go through the Self Help Files
available in the Home Page after log in to the portal http://etender.aai.aero/irj/portal 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 tenders may also take guidance from AAI Help Desk Support.

e-NIT 1

Tender fee of Rs. 23,000/- (Rs 20,000/- tender fee + Rs 3,000/- VAT) will be
required to be paid by way of online payment through HDFC gateway provided at
the portal itself. Last date and time of sale of tender documents is 21.09.2016
upto 1730 hrs.
2. Following 3 envelopes shall be submitted through online at e-portal by the bidder.

Last date and time of submission of bids (Envelop I, II & III) is 17.10.2016 upto
1730 hrs.
Envelope-I: - Containing qualifying requirements of Contractors / Firms.
The tenderer shall submit their applications by downloading the PQ
Proforma from the e-tendering portal, fill up the required information and upload
the digitally signed file of scanned documents and firms bio-data in support of their
meeting each criteria mentioned below in the PQQ folder in Technical Bid /
Attachment section in the portal. Uploading of application in location other than
specified above shall not be considered. Hard copy of application shall not be
entertained.
A. Qualifying requirements of contractors /firms:i)

Agency should have Permanent Account Number (PAN).

ii)

Should have satisfactorily completed (# Phase/Part completion of the


scope of work in a contract shall not be considered, however predetermined phasing of the work will be accepted) three works, each
of Rs. 161.89 crore (Civil & Electrical including structural, services,
faade and finishing works etc.) of similar nature* or two works, each of
Rs. 202.36 crore (Civil & Electrical including structural, services,
faade and finishing works etc.) of similar nature* or one work of Rs.
323.78 Crore, (Civil & Electrical including structural, services, faade
and finishing works etc ) of similar nature*.
*Similar nature of works like works of Terminal Building of Airport,

e-NIT 2

Shopping malls, Star hotels, Institutional buildings, Corporate


buildings during last seven years ending on

31.07.2016. (Present

value of work done prior to FY 2015-16, shall be arrived at by


compounding value of work @ 7.5% yearly).
Client certificate for experience should show the nature of work done,
value of work, date of start, date of completion as per agreement,
actual date of completion and satisfactory** completion of work. Firms
showing work experience certificate from non-government / nonPSU organizations should submit copy of tax deduction at sources
certificate in support of their claim for having experience of
stipulated value of work.

Firm based in other countries (Indian

firms showing experience in abroad) should have their turnover and work
experience certificates authenticated by Indian Embassy based in that
country.
** (works completed without levy of any liquidated damages/penalty shall
only be considered as satisfactory).
iii)

Should have annualized average financial turnover of Rs. 121.41 crore


against works executed during last three years ending 31st March of the
previous financial year 2016. As a proof, copy of Abridged Balance
Sheet along with Profit and Loss Account Statement of the firm should
be submitted along with the application. Firms showing losses during last
three years in the balance sheet shall be summarily rejected. The firm
should be financially sound.

iv)

Should possess and submit details of T&P owned.

An undertaking

should also be submitted in the prescribed format in PQQ folder.


B.

Applications from joint Venture Company duly registered / consortium of

firms / companies should be considered subject to following conditions:i.

ii.

Consortium of firms should not comprise more than two firms.


Joint Venture firms as a single unit or each member of the consortium
should have Permanent Account Number (PAN).
e-NIT 3

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
accept

defined

in

paras

A(ii)

and

A(iii)

above

and

shall

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
A (ii) & A (iii) above.

v.

Both the consortium firms should jointly possess the required T&P,
machinery

and

manpower

and

should

produce

self-attested

documentary proof of owning and possessing required machinery.

vi.

In addition to B(i) to B(iv) above, qualification criteria defined in Para A


shall be met fully / jointly by both the members of Consortium or as a
single unit of joint venture.

EMD of the value of Rs. 4,29,73,000 /- shall be accepted on line, only through the
e- tender portal via bank transfer in the form of RTGS/NEFT or through Bank
Guarantee from a scheduled bank. Venders shall use the payment gateway of
IndusInd Bank/HDFC Bank integerated for the purpose with the AAI e-tender portal
for on-line submission of EMD in the form of RTGS/NEFT.
For the earnest money deposit (EMD) submitted through Bank Guarantee (BG) of
value as stipulated in the notice inviting tenders a scanned copy shall be submitted
in Envelope-II in relavant section on the e-tendering portal. In this scenario the
oirginal BG alongwith Bank undertaking is required to be submitted to the Bid
e-NIT 4

Manager (Asstt. G.M. (Engg-Civil), Block-B, Rajiv Gandhi Bhawan, Safdarjung


Airport, New Delhi-110003) on or before the date and time of opening of Prequalification of tender (Envelop-I).
Note: EMD in the form of cash/Demand Draft or any other form shall not be
accepted. Vendors shall also note that they are not required to contact any AAI
Employee or submit any documentary evidence of submission of EMD via Bank
transfer in the form of RTGS/NEFT to any AAI Employee during the process of the
tender. In no senerio the vendors are required to submit/contact any AAI Employee
for physical submission of any documents before opening of the bids.
The tenders of the bidders who fail to submit the original BG towards EMD before
the stipulated time shall be rejected outrightly.
Refund of EMD
EMD of unsuccessful bidders received through Bank transfer mode (RTGS/NEFT)
shall be refunded online through the same mode (BT) only and it shall be refunded
in the bank account whoes details are provided on the portal at the time of
submission of the tender. The refund of EMD to bidders who fail to qualify the
eligibility/technical stage shall be initiated authmatically within 7

days of their

rejection. For all bidders who qualify and their financial bids are opened the refund
of EMD of all venders except L-I shall be processed within 7 days of opening of the
financial bid.
Envelope-II:-

Technical Bid containing scanned copy of Unconditional

Acceptance of AAIs Tender Conditions, EMD, Integrity Pact.

Scanned copy of earnest money deposit (EMD) of value as given in


Schedule F, GCC-95 of Tender Document in the form of BG as stipulated in the
notice inviting tender may be submitted in Tech Bid Folder in Technical Bid /
Attachments section of e-tendering portal along with Unconditional Acceptance of
AAIs Tender Conditions (Performa given at Annexure-I, on page no. PR-I of
Tender Document) and scanned copy of Signed Integrity Pact (Proforma given at
Annexure-8, on page no. PR-15 to PR-24).

e-NIT 5

Envelope-III: - The Financial e- Bid shall be submitted in Items section of etendering portal. Unconditional rebate i.e. header discount (%) if any is to be
put in Bid Invitation Information Price Component section only.
3.

Original EMD, hard copy of signed Unconditional Acceptance of AAIs


Tender Conditions as well as signed original Integrity Pact to be send to the
Asstt. G. M. Engg (C), B block, 3rd floor, Near Room no. B-368, Airports
Authority of India, Rajiv Gandhi Bhawan, Safdarjung Airport, New
Delhi 110003 and should reach to Bid Manager before the date &
time of opening of pre-qualification of tender (Envelope-I). Tender of the
tenderer whose EMD, Integrity Pact and unconditional acceptance of AAIs
tender conditions are not received by the time of the opening of prequalification of tender, their tenders will be summarily rejected. Any postal
delay will not be entertained.

4.

Bids Opening Process is as below:-

Envelope I: Containing Document for pre-qualification bid (uploaded by the


contractors / firms) shall be opened on 24.10.2016 at 1130 hrs. The intimation
regarding acceptance / rejection of their bid will be intimated to the contractors /
firms through e-tendering portal.
Envelope-II: Technical bid opening date is (shall be intimated later).
(Depending on pre-qualification, changes in the dates, if any shall be
intimated through Notification to Bidder section).
If any clarification is needed from the bidder about the deficiency in his uploaded
documents in Envelope I and Envelope II, they will be asked to provide it
through collaboration folder in e-tendering portal. The bidder shall upload the
requisite clarification/documents within time specified by AAI, failing which tender
will be liable for rejection.
Envelope-III: The financial bids of the contractors / firms found to be meeting
the qualifying requirements and technical criteria shall be opened on (shall be
intimated later). (Depending on Technical Bid evaluation, changes in the
dates if any, shall be intimated through Notification to Bidder section).
e-NIT 6

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 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/
terminated for any work 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 of 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.

7.

Purchase preference to Central Public Sector Undertaking shall be


applicable as per the directive of Govt. of India prevalent on the date of
acceptance.

8.

If the entity participating in any of the tenders is a private or public


limited company, Partnership firm or proprietary 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.
--------------

e-NIT 7

You might also like