Sei sulla pagina 1di 11

AIRPORTS AUTHORITY OF INDIA

DIRECTORATE OF ENGINEERING, UNIT (WR)

Notice Inviting e-tenders (NIT)


1. Tender ID. 2019_AAI_28419_1
2. Lump-sum (EPC) tenders are invited through the CPP e-tendering portal by AGM (E-C)
(Bid Manager), O/o Executive Director, Engg.-WR, AAI Rajiv Gandhi Bhawan, New
Delhi-110003 on behalf of Chairman, A.A.I., from the firms/contractors meeting the
eligible criteria for the “Construction of New Greenfield Airport at Hirasar, Rajkot,
Gujarat, India. Sub Head: Detailed Designing, Engineering, Procurement and
Construction of Runway, Basic Strips, Turning Pads, Taxiways, Parallel Taxi Track (PTT),
Apron, Perimeter & Other Roads, Earth Work in Cut/Fill & Grading, Drainage System,
Related Retaining Structures, Fire Station, MT Pool, Fire Pit, Cooling Pit, ARP &
Associated Approaches, Supply, Installation, Testing and Commissioning of Airfield
Ground Lighting System, Visual Aids for Navigation and Bird Hazard Reduction System
etc.” (2nd Call) at Ball Park estimated cost of Rs. 549.15 Cr (excluding GST) with period
of completion 30 months (i/c 4 months (cumulative) considered for rain of 2 (two)
monsoon seasons) and Operation & Maintenance period of 02 years thereafter (2nd
Call).
Tender documents may be downloaded from CPP portal
URLhttps://etenders.gov.in/eprocure/app and Airports Authority of India website
www.aai.aero (for reference only) as per the schedule as give in the Critical Data sheet
as under:
CRITICAL DATA SHEET

Publishing Date 11.07.2019 at 1800 Hrs


Bid Document Download/ Sale Start Date 12.07.2019 from 0930 Hrs
Bidder’s Query Start Date 12.07.2019 from 0930 Hrs
Bidder’s Query End Date 29.07.2019 upto 1800 Hrs
Bid Submission Start Date 14.08.2019 from 0930 Hrs
Bid Submission End Date 02.09.2019 upto 1500 Hrs
Last date and time of Submission of original hard copy 05.09.2019 upto 1800 Hrs
of BG/Demand Draft against EMD and DD against
Tender Fee, Signed AAI Unconditional Acceptance
Letter and signed Integrity Pact, Power of Attorney,
Original Statement of Legal Capacity.

Bid Opening Date (Envelope-I) 06.09.2019 at 1500 Hrs


Bid Opening Date (Envelope-II) 11.10.2019 at 1500 Hrs
Date of opening of Financial Bids(Envelope-III) 21.11.2019 at 1500 Hrs
Tender Fee Rs 2,50,000/- + 18% GST,
Non Refundable
EMD Rs. 5.74 Cr. In the form of
Demand Draft / Bank
Guarantee.

The tendering process is online at CPP e-portal URL address


https://etenders.gov.in/eprocure/app .

Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URLhttps://etenders.gov.in/eprocure/app) by clicking on the link
“Online bidder Enrollment” on the CPP Portal.

Bidders are advised to visit this website regularly to keep themselves updated as any
change/ modification in the tender will be intimated through this website only.

Bids shall be submitted online only at CPP portal:


https://etenders.gov.in/eprocure/ app.

Tenderer/ Contractor are advised to go through the instructions “Instructions to Bidder


for Online Bid Submission” provided in the tender document for online submission of
bids.

Bid documents may be scanned with 75-100 dpi with black and white option which helps
in reducing size of the scanned document.

3. Tender Fee
Tender fee (Non- Refundable) of Rs 2,50,000/- + 18% GST will be required to be paid
offline in the form of Demand Draft from Nationalized or any scheduled bank (but not
from cooperative or Gramin Bank) drawn in favour of “Airports Authority of India”
payable at New Delhi. The Hard Copy of original Demand Draft in respect of cost of
tender document must be sent to the AGM (Engg-Civil), O/o Executive Director (Engg)-
SR/WR, Airports Authority of India, A-Block,3rd floor, Rajiv Gandhi Bhawan, Safdarjung
Airport, New Delhi - 110003 and should reach within as per mentioned dates. The details
of Demand Draft should tally with the details available in the scanned copy and the data
entered at the time of Bid submission.

4. Earnest Money Deposit (EMD)


The Bidder is required to deposit EMD of the value of Rs. 5.74 Cr. (Rupees Five Crores
and Seventy Four Lacs only) in the form of Demand Draft/Bank Guarantee from
nationalized bank or scheduled bank but not from cooperative or Gramin Bank in favor
of Airports Authority of India payable at New Delhi. A scanned copy shall be submitted in
Envelope-II in relevant section on the CPP e-tendering portal along with scanned
undertaking from bank (in case of EMD is BG). The tender shall be summarily rejected if
it is not accompanied by the EMD. Refund of EMD of unsuccessful bidders who fails to
qualify the eligibility/technical stage shall be initiated within 7 days of their rejection
except in the case of the Selected Bidder whose Earnest Money Deposit (EMD) shall be
converted into Security Deposit.
5. Eligibility Criteria
The prospective Bidders shall be qualified based on the qualifying criteria considering but
not limited to the following:

a. Should have valid Permanent Account Number & GST registration number.
b. 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. 259 Cr. or two works, each of Rs.
324 Cr or one work of Rs. 518 Cr in a single contract of similar nature as defined in
para 2.2.2.5 of Instructions to Bidders during last seven years ending on
30.06.2019 in India.
“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 30.06.2019”.
Client certificate for experience should show the nature of work done, the value
of work done, 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/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.
c. Should have Annualized Financial Turnover of Rs. 194 Crores against works
executed during last 3 years ending 31.03.2019 duly supported with the copy of
Abridged Balance Sheet & Profit & Loss Account statement. Firm showing
continuous loss for the last 3 years shall be summarily rejected.
d. Bid Capacity as per tender document. (Refer clause 2.2)
e. Technical Capacity as per tender document. (Refer clause 2.2)
f. Financial Capacity as per tender document. (Refer clause 2.2)
g. Technical Proposal as per tender document. (Refer clause 2.2.2.6)
h. Applications from Joint venture Company duly registered/consortium of
firms/companies shall be considered as per conditions laid down in tender
document. (Para 2.1.15 of Instructions to Bidders)

The Bidder shall submit the following documents physically:


i) Earnest Money Deposit (APPENDIX-II).
ii) Original Power of Attorney for singing the BID as per format at APPENDIX-III;
iii) If applicable, Original Power of Attorney for Lead Member of Joint
Venture/consortium as per the format at APPENDIX-IV;
iv) If applicable, Original Joint Venture/Consortium Agreement for Joint Venture as
per the format at APPENDIX-V;
v) Acceptance Letter (APPENDIX-VI)
vi) Integrity Pact (IP) duly signed by Authorized Signatory (APPENDIX-VII).
vii) Tender Fee.
viii) An undertaking from the person having Power of Attorney that they agree and
abide by the Bid documents uploaded by AAI and uploaded amendments, if any.
ix) Original statement of Legal Capacity as per format at Annexure-V of Appendix-I.
x) Original Undertaking regarding Bidding Capacity on Non-Judicial Stamp Paper of
Rs. 50/- duly notarized.
NOTE:
The tenders of the bidders who fail to submit the above mentioned documents
before the stipulated date & time shall be rejected outrightly. Any postal delay will
not be entertained.

6. Bid System
Three (3) Envelope system shall be adopted for selection of the Bidder for award of the
work. Under this process, the bid shall be invited under three parts. Eligibility and
qualification of the Bidder will be first examined based on the details submitted under
first part (Eligibility requirements of contractor) with respect to eligibility and
qualification criteria prescribed. (The “Bidder”, which express shall, unless repugnant to
the context, include the members of the Joint Venture). The technical requirements of
Bidder shall be under the second part. Financial Bid under the third part shall be opened
of only those Bidders whose Eligibility & Technical Bids are responsive to eligibility and
technical requirements.

A. Bid process
Envelope-I (Containing eligibility requirements of firm)

It shall contain the following:


i. Permanent Account Number (PAN), Goods & Service Tax (GST) Registration
Number. Joint Venture firm as a single unit or each member of the consortium
should have Permanent Account Number (PAN) and Goods & Service Tax
Registration Number.
ii. Appendix-I (Letter comprising the Technical Bid) including Annexure I to VI and
supporting certificates /documents.
iii. Power of Attorney for signing the BID as per the format at Appendix-III;
iv. If applicable, power of Attorney for Lead Member of Joint Venture as per the
format at Appendix-IV.
v. If applicable, Joint Bidding Agreement for Joint Venture as per the format at
Appendix-V.
vi. Copy of Memorandum of Articles of Association of the Bidder or each Member (in
case of Joint Venture), if the Bidder is a body corporate, and if a partnership then
a copy of its partnership deed.
vii. Copies of duly audited complete Annual Accounts of the Bidder or of each
Member (in case of Joint Venture) for preceding 5 year.
viii. Scanned copy of Tender fee.
ix. Relevant documents towards Eligibility criteria as given in para 5 above.
x. An undertaking from the person having Power of Attorney that they agree and
abide by the Bid documents uploaded by AAI and amendments uploaded, if any.
xi. Undertaking for GST as per Annexure-XXVIII.
xii. EPF and ESI registration.
xiii. Scanned copy of Affidavit for Minimum Wages (Appendix-XLII) on Non-Judicial
stamp paper of Rs. 100/-.
xiv. Scanned copy of Undertaking regarding Blacklisting/ Debarment (Appendix-XLIII)
on Non-Judicial stamp paper of Rs. 100/-.

Envelope-II (Technical Bid)

It shall contain the following:

i. Technical Proposal. (Para 2.2.2.6 & Section-7)


ii. Scanned copy of Earnest Money Deposit.
iii. Scanned copy of Integrity Pact (IP) duly signed by Authorized signatory.
iv. Scanned copy of Unconditional acceptance letter.
v. Scanned copy of Undertaking regarding Bidding Capacity.

Envelope-III (Financial Bid)

The Financial e-Bid shall be submitted in respective section of CPP portal.

B. Bid Opening Process

Envelope: I - Containing Documents for pre-qualifications bid (uploaded by the


contractors/ firms) shall be opened as per Critical Data sheet. The intimation
regarding acceptance / rejections of their bids will be intimated to the contractors/
firms through CPP e-tendering portal.

Envelope-II: Technical bid of the contractors/firms found to be meeting eligibility


requirements/criteria shall only be considered for evaluation.

If any clarification is needed from the bidder(s) about the deficiencies in their
uploaded documents in Envelope – I and Envelope – II, they will be asked to provide
the same through CPP e-tendering portal. The clarifications may also be asked
through e-mail by Bid Manager and the same shall be replied through e-mail only.
The bidder shall upload/reply the requisite clarifications/documents within time
specified by AAI, failing which their tender will be assessed based on their
submissions.

Envelope-III: - The tender shall upload the digitally signed schedule of price bid in the
form of BOQ.xls. Bidders are requested to note that they should necessarily submit
their financial bids 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 bidders. Bidders are required
to download the BOQ file, open it and complete the white colored (unprotected) cells
with their respective financial quotes and other details (such as name of the bidder).
No other cells should be changed. Once the details have been completed, the bidder
should save it and submit it online, without changing the filename. If the BOQ file is
found to be modified by the bidder, the bid will be rejected. Financial bids of the
contractors/ firms found to be meeting the qualifying requirements and technical
criteria shall only be opened.

7. The Tender for works shall remain open for acceptance for a Period of 120 days from the
date of opening of Financial Bid. If any Tenderer withdraws his Tender before the said
period or makes any modifications in the terms and conditions of the Tender which are
not acceptable to the Department, then Airports Authority of India shall without
prejudice to any other right or remedy, be at liberty to forfeit the full said earnest
money absolutely

8. The complete Bidding Documents for the work is uploaded for the Bidders. The
Topographical Survey, soil investigation reports, OLS survey report, Survey report, Wind
rose data, Meteorological Data, Traffic Projection & Cargo Forecast are also enclosed for
reference only. Subject to the provisions of Clause 2.1.3, the aforesaid documents and
any addenda issued subsequent to this tender Document, will be deemed to form part
of the Bidding Documents.

9. Bidders are advised to examine the requirements of the work in greater detail, and to
carry out, at their cost, such studies as may be required for submitting their respective
BIDs for award of the contract including implementation of the Project.

10. BIDs for the work will be evaluated on the basis of the lowest cost required by a Bidder
for completing the specified works (the “BID Price”). The total time allowed for
completion of construction under the Agreement (the “Construction Period”) and the
period during which the Contractor shall be liable for maintenance and rectification of
any defect or deficiency in the Project after completion of the Construction Period (the
“Defect Liability Period”) shall be pre-determined, and as specified in the Bidding
Documents.

In this tender document, the term “Lowest Bidder/Tenderer” shall mean that the
technically qualified bidder/tenderer who is quoting the lowest BID price.

11. Generally, the Lowest Bidder shall be the selected Bidder. In case such Lowest Bidder
withdraws or is not selected for whatsoever reason, the Authority shall annul the
Bidding Process and invite fresh BIDs.

12. Other details of the process to be followed under this bidding process and the terms
thereof are spelt out in this tender document.

13. 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 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 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
firm, then AAI shall take the following action:

a) Forfeit the entire amount of Earnest Money Deposit (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.
14. Implementation of Integrity Pact

a. Signing of Integrity Pact (Appendix-VII) is mandatory for every bidder in this


procurement/bid process, the signed original pact to be sent to the office of AGM
Engg (C), Block ‘A’ 3rd Floor, Rajiv Gandhi Bhawan, Safdarjung Airport New Delhi-
110003 and should reach to Bid Manager on or before date & time mentioned at
para 1.3. Scanned copy of the same may be submitted in the Envelope-I in CPP
portal.

b. The Bidder/contractor shall commit itself to ensure taking all measures necessary to
prevent corrupt practices, unfair means and illegal activities during any stage of its
bid or during any pre-contract or post-contract stage as specified in section 3 of the
integrity pact.

c. Any breach of the aforesaid provisions by the Bidder or any one employed by it or
acting on its behalf (whether with or without the knowledge of the Bidder) shall
entitle the authority to take all or any one of the action as specified in section 6 of
the integrity pact.
d. The External Independent Monitor (EIM) for this work will be:

1) Dr. Anup K. Pujari 2) Mr. M.P. Juneja


IAS (Retd.) (Retd. Addl. Member of Railway Board)

E-mail : anup@ nic.in Email : mp.juneja@yahoo.com


Mob. : 09899210944 Mob. : 09811733362

e. The duties, responsibilities and powers of EIM are detailed in section 8 of the IP Act.
f. No bid procedure related query shall be referred to Independent External
Monitors (IEMs). Any query related to tender document or problem in E-bidding
process should normally be addressed to bid manager as detailed in para for
Queries, Replies and clarifications.
g. Updates / consequences with regard to Integrity Pact may please be seen on AAI
website by following the access path www.aai.aero > Vigilance > Vigilance Events >
Integrity Pact.
15. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.

16. If the entity participating in any of the tenders is a private / public limited company,
partnership firm or proprietary firm 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.

17. Taxes
a. All Tendered rates should be inclusive of all taxes, duties, levies, custom duty,
custom cess, applicable taxes in the country of origin, freight, insurance etc.
including other applicable taxes, excluding GST. Wherever supplies/services involve
imports, the same should be identified separately. Basic Custom Duty will be paid by
AAI by utilizing EPCG license/duty scrip under SEI scheme of GOI. GST shall be paid to
bidder for any taxable supply/services against a valid Tax Invoice. For making Custom
duty payment on goods imported by bidder, the high sea sale agreement with AAI
shall be made.

b. The bidder is required to provide Tax type and tax percentage in all bids other than
that of civil works.

c. In case of composite works having component of SITC items, such as Electrical &
Mechanical Installation, Airport System, Security, IT, Furniture etc should be
identified separately with value of goods and services, Tax rate, amount of Tax so as
to enable AAI to claim Input Tax Credit on such items.
d. In case of change in rate of Tax or any provision relating to levy of Tax resulting in
increase in burden of Tax on the contractor, the contractor shall be entitled to
receive any compensation for such increase in quantum of Tax payable by the
contractor. Similarly recovery shall be made from the contractor on account of
decrease of rate of Tax or any provision relating to levy of tax.

18. Submission of a Tender by a Tenderer implies that he has read this notice and all other
tender documents and has made himself aware of the scope and specifications of the
works to be done, considering local conditions, local material rates and other factors
bearing on the execution of the work.

19. The site shall be made available in phases as decided by the Engineer-in-charge.

20. The tenders shall be in the prescribed Form.

21. All rates shall be quoted in the CPP E-tendering portal.

22. Notification of Award of contract will be made in writing to the successful Bidder by the
Accepting Authority or his representative. The contract will normally be awarded to the
qualified and responsive Bidder offering lowest evaluated bid in conformity with the
requirements of the specifications and contract documents and the Accepting Authority
shall be the sole judge in this regard. The Accepting Authority does not bind himself to
accept the lowest or, any tender or to give any reason for his decision.

23. A responsive bidder is one who submits priced tender and accepts all terms and
conditions of the specifications and tender documents.

24. A major modification is one which affects in any way the quality, quantity and period of
completion of the work or which limits in any way the responsibilities or liabilities of the
Bidder or any right of AAI, as required in the specifications and tender documents. Any
modification in the terms and conditions of the Tender which are not acceptable to AAI
shall also be treated as a major modification.

25. Tenderer shall submit a responsive bid, failing which his tender will be liable to be
rejected.
26. The Accepting Authority reserves to himself the right of accepting the whole or any part
of the Tender and tenderer shall be bound to perform the same at his quoted rates.

27. Airports Authority of India will return the earnest money where applicable to every
unsuccessful tenderer except as provided in the tender documents.

28. Canvassing in connection with tenders is strictly prohibited and the Tenders submitted
by the Tenderers who resort to canvassing will be liable to rejection.

29. The Tenderer shall not be permitted to tender for works in Airports Authority of India
Engineering Department, responsible for award and execution of contracts, in which his
near relative is posted as Manager Finance & Accounts or Sr. Officer or as an engineer in
any capacity. He shall also intimate the names of persons who are working with him in
any capacity or are subsequently employed by him and who are near relatives to any
officer in Airports Authority of India. Any breach of these conditions by the contractor
would render him liable to be debarred from tendering for next 2 years.

30. The contractors shall give a list of AAI employees related to him.

31. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or


Administrative duties in an Engineering Department of Airports Authority of India/Govt.
of India is allowed to work as a contractor for a period of one years of his retirement
from Airports Authority of India/Govt. service, without the prior permission of Airports
Authority of India/Govt. of India. The contract is liable to be cancelled if either the
contractor or any of his employees is found at any time to be such a person who had not
obtained the permission of Airports Authority of India/Govt. of India as aforesaid before
submission of the Tender or engagement in the contractor’s service.

32. On acceptance of the Tender, the name of the accredited representative(s) of the
contractor who would be responsible for taking instructions from the Engineer-in-
Charge, shall be communicated to the Engineer-in-Charge.
33. SUBMISSION OF BANK GUARANTEE

The agency shall advice the branch of the bank issuing bank guarantee to send the
original Bank guarantee directly to the Airports Authority of India (AAI) under
Registered Post (A.D). However, in exceptional cases as in case of Earnest Money
Deposit (EMD), where the guarantee is to be handed over directly to the AAI for any
genuine reasons, the branch shall immediately send by Registered post (A.D) an
unstamped duplicate copy of the guarantee directly to the AAI with a covering letter
with request to compare the same with the original received from their customer and
confirm that it is in order. The agency shall also advise the issuing bank branch to
incorporate the address etc, of the Regional/Controlling Branch of the issuing Branch in
a suitable space in the Bank Guarantee.
The agency shall also advise the issuing bank branch that whenever any letter is issued
by AAI to the concerned Bank Branch, for confirmation of having issued the guarantee,
Branches must send the confirmation letter to the concerned authorities promptly
without fail.

For the preparation of Bank Guarantees towards EMD, following details can be used (if
required)
BENEFICIARY : AIRPORTS AUTHORITY OF INDIA
BANK : INDUSIND BANK
CURRENT ACCOUNT NO : 250088008800
IFSC CODE : INDB0000005
BRANCH ADDRESS : 28, GOPAL DASS BHAWAN,
BARAKHAMBA ROAD, NEW DELHI-
110001.
34. Sufficiency of Tender
Although the details presented in the Tender Documents have been compiled with all
reasonable care, it is the Tenderer's responsibility to ensure that the information
provided is adequate and clearly understood. The Tenderer shall be responsible for
obtaining and verifying all necessary data and information. The Tenderer shall make its
own interpretation of any and all information provided in the Tender. AAI shall not be
responsible for the accuracy or completeness of such information and/or interpretation.
Any failure or neglect to carry out these verifications and investigations shall not absolve
the Tenderer from any of its obligations under the requirements of the Tender or any
Contract subsequently executed. The Tenderer is responsible for informing itself with
respect to all conditions which might in any way affect the cost or the performance of
the Works. Any failure to do so will be at the sole risk of the Tenderer. No relief or
consideration will be given for errors and omissions contained within the Tender
Documents.

35. Tender documents consisting of plans, requirement, scope, specifications of work to be


done, the conditions of contract and other necessary document will be available in CPP-
portal in downloadable form.
36. Once the contractor has uploaded the digitally signed files of tender related documents
along with unconditional acceptance as an attachment, he is not permitted to upload
any additional file or put any remarks(s) / conditions(s) in /along with the Tender
documents.

37. 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.

Bid Manager

Mr. Rajul Goel


AGM (E-C), Airports Authority of India,
Rajiv Gandhi Bhawan, Safdarjung Airport
New Delhi-110003
Phone: +91-9873176386
Fax: 011-24651609

Potrebbero piacerti anche