Sei sulla pagina 1di 73

CE6010 - CONSTRUCTION CONTRACTS AND SPECIFICATIONS

ASSIGNMENT 1 - ANALYSIS AND COMPARISON OF DIFFERENT NOTICE INVITING TENDER

APPENDIX – NIT & Corrigendum

Sl. No. Description Page No.

1. NIT 1 - KV School MES 2

2. Corrigendum 1- KV school MES 10

3. NIT 2 – AIIMS NBCC 18

4. Corrigendum 2 – AIIMS NBCC 29

5. NIT 3 - Chennai AirportAAI 34

6. Corrigendum 3 - Chennai AirportAAI 40

GROUP - 5
ASHISH KUMAR SAXENA (CE18M031), CHILLUKUR GOWTHAM REDDY (CE18M032),
DEEPAK THAKUR (CE18M033), DEVENDRAN R (CE18M034), JISMITHA THOMAS (CE18M035)
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 264

MILITARY ENGINEER SERVICES

NOTICE INVITING TENDER (NIT)

1. A tender is invited for the work as mentioned in Appendix 'A’ to this NOTICE INVITING TENDER
(NIT)

1. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimate, however,
is not a guarantee and is merely given as a rough guide and if the work cost more or less, a
tenderer/bidder will have no claim on that account. The tender shall be based on as mentioned in
aforesaid Appendix 'A’.

2. The work is to be completed within the period as indicated in aforesaid Appendix ‘A’ in
accordance with the phasing, if any, indicated in the tender from the date of handing over site,
which will be on or about two weeks after the date of Acceptance of tender.

4. Normally contractors whose names are on the MES approved list for the area in which the work
lies, and within whose financial category the estimated amount would fall, may tender/bid but in
case of term contracts, contractors of categories SS to E may tender/bid. In case, where the tender
amount is in excess of the financial limit of the contractor and the Accepting officer decides to
accept the tender/bid, in which event the tenderer/bidder would be required to lodge additional
security deposit as notified by the Accepting Officer in term of conditions of contract. Contractors
whose names are on the MES approved list of any MES Formation and who have deposited
standing security and have executed standing security bond may also tender/bid without depositing
Earnest money along with the tender/bid and if the tender/bid submitted by such a tenderer/bidder
is accepted, the contractor will be required to lodge with the Controller of Defence Accounts
concerned the amount of ‘Individual security deposit’ within thirty days of the receipt by him of
notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR
payment or from the first final bill. In the case of term/running contracts, remaining sum shall be
recovered from subsequent bill(s) of the contractor. Not more than one tender/bid shall be
submitted/uploaded by one contractor or one firm of contractors. Under no circumstances will a
father and his son(s) or other close relations who have business dealing with one another be
allowed to tender/bid for the same contract as separate competitors A breach of this condition will
render the tenders/bids of both the parties liable for rejection.

5. The Office of CE(AF) Bangalore will be the Accepting Officer here in after referred to as such
for purpose of the contract.

6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the
tenderer/bidder on or before the date & time mentioned in NIT. A scanned copy of DD with
enlistment details/documents shall be uploaded as packet 1 /cover-1 (T bid) of the tender/bid on
e-tendering portal. DD is refundable in case T bid is not accepted resulting in non-opening of Q' bid
The applicant contractor shall bear the cost of bank charges for procuring and encashing the DD
and shall not have any claim from Government whatsoever on this account.

6.1. Tender form and conditions of contract and other necessary documents shall be available on
eprocuremes.gov.in /eprocure.gov.in site for download and shall form part of contract agreement in
case the tender/bid is accepted.

Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 265

MILITARY ENGINEER SERVICES

NOTICE INVITING TENDER (NIT)

6.2 In Case of contractor who has not executed the Standing Security Bond, the Cover-1 shall be
accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the form of deposit
at call receipt in favour of concerned GE (see Appendix 'A') by a scheduled Bank or in receipted
treasury Challan the amount being credited to the revenue deposit of the concerned GE (see
Appendix 'A’).

6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the
MES approved list of any MES formation and who has deposited standing security and executed
standing security Bond may bid without depositing earnest money along with the tender; but if the
Accepting officer accepts the tender/bid, the contractor will be required to lodge with the Controller
of Defence Accounts concerned the amount of 'Individual security deposit' within thirty days of the
receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered
from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining
sum shall be recovered from subsequent bill(s) of the contractor.

6.4 A contractor who has executed standing security Bond but not corresponding to the
appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional Security
Deposit as notified by the Accepting Officer within thirty days of the receipt of his notification of
acceptance of his tender/bid, failing which this sum will be recovered from the first RAR payment or
from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from
subsequent bill(s) of the contractor. However, in case where any payment is made to the contractor
within thirty days of the receipt by him of notification of acceptance of tender/bid, the amount of
additional security deposit shall be recovered from such payment.

6.5 The GE(AF) Thanjavur will return the Earnest Money wherever applicable to all
unsuccessful tenderers/bidders by endorsing an authority on the deposit-at-call receipt for its
refund, on production by the tenderer,bidder a certificate of the Accepting Officer that a bonafide
tender/bid was received and all documents were returned.

6.6 The GE(AF) Thanjavur will either return the Earnest Money to the successful
tenderer/bidder by endorsing an authority on the deposit-at-call Receipt for its refund on receipt of
an appropriate amount of Security Deposit or will retain the same in part or full on account of
security deposit if such a transaction is feasible.

6.7 Copies of the drawings and other document pertaining to the work signed for the purpose of
identification by the Accepting Officer or his accredited representative, sample of materials and
stores to be supplied by the contractor will also be available for inspection by the tenderer/bidder at
the office of Accepting Officer and concerned GE during working hours.

Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 266

MILITARY ENGINEER SERVICES

NOTICE INVITING TENDER (NIT)

7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE
who is also the Executing Agency of the work (see appendix 'A'). The tenderers/bidders are
deemed to have full knowledge of all relevant documents, samples, site etc., whether they have
inspected them or not.

8. Any tender/bid which proposes any alteration to any of the conditions laid down or which
proposes any other condition or prescription whatsoever, is liable to be rejected.

9. The uploading of bid implies that bidder has read this notice and the Conditions of Contract and
has made himself aware of the scope and specification of work to be done and of the conditions
and rates at which stores, tools and plants etc will be issued to him and local conditions and other
factors having bearing on the execution of the work.

10. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of Rates
(see appendix A') including amendments and errata thereto.

11. Invitation for e- tender does not constitute any guarantee for validation of T bid and subsequent
opening of finance bid of any applicant/bidder, even of enlisted contractors of appropriate class,
merely by virtue of enclosing DD. Accepting Officer reserves the right to reject the T bid and not
open the finance bid of any applicant/bidder. T bid validation shall be decided by the Accepting
Officer based on, inter alia, capability of the firm as per criteria given in Appx A' to this NIT. The
applicant contractor/bidder will be informed regarding nonvalidation of his T bid assigning reasons
thereof through the eprocuremes website. The applicant contractor/bidder if he so desires may
appeal to the next higher Engineer authority viz CESC Pune 411001 on email id
asstdircontceengrpl-mes@nic.in with copy to the Accepting Officer on email id
cezafb2-mes@nic.in before the scheduled date of opening of Finance Bid. The decision of the
Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder shall not
be entitled for any compensation whatsoever for rejection of his bid.
12. The Accepting Officer reserves the right to accept a tender submitted by a Public Undertaking,
giving a price preference over other Tender(s)/bids which may be lower, as are admissible under
the Government Policy. No claim for any compensation or otherwise shall be admissible from such
tenderer/bidder whose tender/bid is rejected.

13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any
reason for not doing so.

14. This Notice Inviting Tender (NIT) including Appx ‘A’ shall form part of the contract.

File No. 801195/ AF/E8 (VI Sadanandan)


Jt Director (Contracts)
Dated: 27 Jun 2018 for Chief Engineer
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.267

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)


(For works costing more than Rs 15 Crores but less than Rs 50 Crores)

1 Name of work CONSTRUCTION OF INTEGRATED SCHOOL


COMPLEX (TYPE'A') FOR KENDRIYA VIDYALAYA AT
AF STATION THANJAVUR
2 Estimated Cost Rs 17.51 Crores (At Par Market)

3 Period of completion 600 days


4 Cost of tender documents Rs 3000/- in the shape of DD/Bankers cheque from any
schedule Bank in favour of GE(AF) Thanjavur .

5 Website/portal address www.edefproc.gov.in and www.mes.gov.in


6 Type of contract The tender shall be based on drawings and specifications
(IAFW-2159) and GCC (IAFW-2249) with Schedule A’ (list
of items of work) to be priced by tenderer. The tenderers
are required to quote their lump sum amounts for
prepriced parts of Schedule ‘A’ and quoted rates against
items of other parts of Sch ‘A’.

7. Information & Details :


(a) Bid submission start date 31 Jul 2018
(b) Last date of bid submission 06 Aug 2018
(c) Date of bid opening 07 Aug 2018
8 Eligibility Criteria
(A) For MES enlisted They should satisfy the following criteria
contractors (a) Residual capacity requirement as in Para 8 (C) (a)
below.
(b) They should have enlistment in class “SS" and
Category a(i).
(c) They should not carry adverse remarks in WLR of
competent engineer authority.

(B) For other contractors The firms not enlisted with MES shall satisfy the following
criteria
(a) Residual capacity requirement as in Para 8 (C) (a)
below.
(b) They should meet enlistment criteria of ‘SS’ class
MES contractors & category a(i) , i.e. with regard to
having satisfactorily completed requisite value works,
Annual turnover, Solvency, working capital, immovable
property/fixed assets, T&P, Engineering establishment, no
recovery outstanding in any Govt Department, Police
verification/Passport etc. Enlistment criteria may be seen
in Para 1.4 and 1.5 of Section 1 of Part I of MES Manual on
Contracts - 2007 (Reprint 2012) as available in all MES
formations. These firms shall also submit copy of Police
verification from police authority of the area where the
registered office of the firm is located / notarized copy of
valid passport of proprietor/each partner/each Director.
(c) They should not carry adverse remarks in WLR/or
any other similar report of any authority.

Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.268

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)


(For works costing more than Rs 15 Crores but less than Rs 50 Crores)

(C) For All Contractors (a) Applicants’ residual capacity as worked out by
following formula should be more than estimated cost of
work.
Residual capacity = (2 x A x N) - B,
Where ;
A = Maximum turnover in last 5 financial years
N = Period of completion of contracted (Tendered) work (in
years calculated till 2 decimal places)
B = Value of balance work in all Govt.&Private works

(b) Contractor will not be allowed to execute the work by


subletting or through power of attorney holder on his behalf
to a third party/another firm except sons/daughter
of proprietor/partner/Director and firm’s own employees,
Director, Project Manager. This shall be subject to certain
conditions which will be prescribed in the NOT forming part
of the tender documents.

9 Tender issuing and Accepting CE(AF)Bangalore


Officer
10 Executing agency GE(AF) Thanjavur
11 Earnest Money Rs 12,00,500/- in favour of GE(AF) Thanjavur

NOTES

(a) The contractor enlisted upto two class below the eligible class may also apply/bid.
Applicalion/bids from two class below eligible class applicants may be considered in the
event of inadequate response/bids (less than 7) from the applicants of eligible class
subject to meeting the requirement under para 8(a) to 8(c) above.

(b) Contractors enlisted with MES will upload following documents (scanned copy in pdf format)
for checking eligibility:-
(i) Application for the tender on Tenderer’s Letter Head. In this, the contractor should
explain with calculation details supported with documentary evidence as to how he
is qualifying for this tender in terms of conditions given in Para 8 (A)(a) above.
Tenderer/bidder to note that if they do not submit their calculation details and/ or
supporting documents correctly, Deptt will make calculation. If the firm does not qualify as a
result of Deptt calculation, then bidder only will be responsible for the same. This is
notwithstanding the fact that Deptt will check the details and calculations also in respect of the
contractors who have given the calculations.
(ii) Enlistment letter
(iii) DD toward cost of tender.

Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.269

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)


(For works costing more than Rs 15 Crores but less than Rs 50 Crores)

(iv) Working detail of residual capacity which shall include


(aa) Copy of turn over certificate from CA for last 5 (Five) years (FY),
notarised copy of relevant pages of balance sheet of those FYs showing the turn
over (gross receipts).
(ab) List of works in hand for contracts with Government department and
private works, completed value thereof and residual work to be completed
during completion period of subject work in a self-explanatory tabular form. This
shall be submitted duly signed by proprietor / all partners / authorised Director of
Pvt / Public Ltd as applicable.
(ac) Affidavit on non judicial stamp paper of Rs100/- (minimum) in the form of
hard copy declaring their turnover for last 5 (Five) Years and value of contracts
in hand in Government department & private and details of works completed and
residual work to be completed.
(v) It is mandatory to upload their Goods and Service Tax Registeration
Number alongwith “T” bid. Contractor who do not upload Goods and
Service Tax regn No shall be disqualified in the “T” bid and his Finance bid
shall not be opened.
(vi) Declaration of UAM (Udyog Adhar Memorandum number) by MSE
bidders on CPPP is mandatory, failing which such bidders will not be able
to avail the benefits as per Public Procurement policy for MSEs order
2012 issued by MSME.
Hard copy of these documents will be submitted within 05 (Five) days of the last
date & time of opening of “T” bid.
(c) Contractors not enlisted with MES will be required to upload the following:-
(i) Application for the tender : In this the contractor should explain with calculation
details supported with documentary evidence, how he is qualifying for this tender in
terms of conditions given in Para 8 (A) (a) above.

Tenderer/bidder to note that if they do not submit their calculation details and/ or
supporting documents correctly, Deptt will make calculation. If the firm does not
qualify as a result of Deptt calculation, then bidder only will be responsible for the
same. This is notwithstanding the fact that Deptt will check the details and
calculations also in respect of the contractors who have given the calculations.
(ii) Necessary documents to prove their eligibility for enlistment in required class &
category of work, including Affidavit for no recovery outstanding. List of
documents required for enlistment in MES has been given in para 1.5 of section
of Part I of MES Manual on Contracts 2007 (Reprint 2012). The work experience
shall include details of similar nature of works executed during last five years,
financial year-wise in tabular form giving name of work, Accepting Officer’s
details, viz, Address, Telephone, Fax No, e-mail ID etc, date of acceptance of
tender and actual date of completion. This shall be duly signed by proprietor / all
partners / authorised Director of Pvt / Public Ltd, as applicable. It should indicate
whether extension was granted or compensation was levied. Attested copy of
acceptance letter and completion certificate shall be enclosed of each work. In
case performance report has been given by the client same shall also be
submitted duly attested.
The documents will also include the following amongst others:-
(aa) Solvency certificate and working Capital Certificate issued by scheduled
bank.
(ab) Affidavits for possession of movable & immovable properties by
proprietor/partner owning the immovable property along with Valuation Certificate
from Regd Valuer in support of movable & immovable properties. In case of Limited
company, the immovable property is required to be in the name of the company.
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.270

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)


(For works costing more than Rs 15 Crores but less than Rs 50 Crores)

In case of Limited Company, the immovable property is required to be in the


name of the Company.

(iii) Scanned copy of DD toward cost of tender and earnest money.

(iv) Documents in support of residual capacity which shall include:-

(aa) copy of turn over certificate from CA for last 5 (Five) years (FY),
notarised copy of relevant pages of balance sheet of those FYs showing the turn
over (gross receipts).
(ab) List of works in hand for contracts with Government departments private
works, completed value thereof and residual work to be completed during
completion period of subject work in a self-explanatory tabular form. This shall
be submitted duly signed by proprietor / all partners / authorised Director of Pvt /
Public Ltd as applicable.
(ac) Affidavit on non judicial stamp paper of Rs100/- (minimum) in the form of
hard copy declaring their turnover for last 5 (Five) Years and value of contracts
in hand in Government department S private and details of works completed
and residual work to be completed. Hard copy of these documents
will be submitted within 05 (Five) days of the last date and time of opening of ‘T’
bid.

(v) It is mandatory to upload their Goods and Service Tax Registeration Number
alongwith “T” bid. Contractor who do not upload Goods and Service Tax regn No
shall be disqualified in the “T” bid and his Finance bid shall not be opened.
(vi) Declaration of UAM (Udyog Adhar Memorandum number) by MSE bidders on
CPPP is mandatory, failing which such bidders will not be able to avail the benefits as
per Public Procurement policy for MSEs order 2012 issued by MSME.

(d) (i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers


Cheque towards cost of tender and earnest money (as applicable) shall not be
considered for validation of T bid and their finance bids will not be opened.
(ii) Tenderers/bidders to note that they should ensure that their original DDs and
earnest money (as applicable) are received within 05 (Five) days of bid submission end
date.
(iii) In case of applications/bids from enlisted contractors of MES, where scanned
copies of requisite DD/Bankers Cheque towards cost of tender has been uploaded but
physical copies are not received by the stipulated date, finance bids will be opened.
However non-submission of physical copies of cost of tender shall be considered as
willful negligence of the bidder with ulterior motives and such bidder shall be banned
from bidding for a period of six months commencing from the date of opening of finance
bid.
(iv) In case of applications/bids from unenlisted contractors, where scanned copies of
requisite DD/Bankers Cheque towards cost of tender has been uploaded but physical
copies are not received by the stipulated date, finance bids will not be opened. Name of
such contractors alongwith complete address shall be circulated for not opening of their
bids for a period of six months commencing from the date of opening of finance bid.
(v) In case of applications/bids (enlisted contractor / as well as unenlisted contractor)
where scanned copies of requisite Earnest money (as applicable) were uploaded but
the same are not received in physical form within stipulated time, such bids shall not
qualify for opening of finance bid.

Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO.271

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)


(For works costing more than Rs 15 Crores but less than Rs 50 Crores)

(vi) It is mandatory to upload their Goods and Service Tax Registeration Number
alongwith “T” bid. Contractor who do not upload Service Tax regn No shall be
disqualified in the “T” bid and his Finance bid shall not be opened.
(vii) Declaration of UAM (Udyog Adhar Memorandum number) by MSE bidders on
CPPP is mandatory, failing which such bidders will not be able to avail the benefits as
per Public Procurement policy for MSEs order 2012 issued by MSME.

(e) In case of rejection of technical /prequalification bid, contractor may appeal to next higher
Engineer authority i.e CESC Pune 411001 on email asstdircontceengrpl-mes@nic.in against
rejection, whose decision shall be final and binding. However contractor/bidder shall not be entitled
to any compensation whatsoever for rejection of technical/ prequalification bid.

(f) Contractor shall ensure compliance of the EPF & MP Act 1952, in case work is awarded to him.

Note: Court of the place from where tender has been issued shall alone have jurisdiction to decide
any dispute out of or in respect of this tender. After acceptance of tender, condition – 72 of
jurisdiction of court of IAFW-2249 shall be applicable.

File No. 801195/ AF/E8 (VI Sadanandan)


Jt Dir (Contracts)
Dated: 27 Jun 2018 for Chief Engineer
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 278

Telephone: 23370117 BY SPEED POST


Fax: 080-23379328 Chief Engineer (Air Force)
email : cezafb2-mes@nic.in Military Engineer Services
No.2, DC Area, MES Road,
Yeswanthpur Post
Bangalore-560 022

No.801195/AF/ 59 /E8 03 Sep 2018

Shri/S’Shri ____________________________
_____________________________________
_____________________________________
_____________________________________

NAME OF WORK: CONSTRUCTION OF INTEGRATED SCHOOL COMPLEX (TYPE’A’)


FOR KENDRIYA VIDYALAYA AT AF STATION THANJAVUR

Dear Sir,

1. Reference tender documents, NIT, BOQ and drawings for the subject work
uploaded under tender id No. 2018_MES_200187_1 uploaded vide letter No.
801195/AF/21/E8 dated 27 Jun 2018, and receipt date postponement uploaded
vide letter Nos 801195/AF/23/E8 dated 27 Jun 2018, 801195/AF/37/E8 dated 25 Jul
2018, 801195/AF/43/E8 dated 10 Aug 2018, 801195/AF/49/E8 dated 16 Aug 2018,
801195/AF/51/E8 dated 20 Aug 2018 and 801195/AF/55/E8 dated 27 Aug 2018

2. Complete BOQ Uploaded on 27 Jun 2018 have been revised and Revised
BOQ are uploaded herewith. You are requested to download the revised BOQ
before quoting.

3. Certain amendments to tender documents along with revised BOQ are being
uploaded and bidders may go through the amendments in its totality before quoting and
uploading the rates in revised new BOQ. These amendments are serially numbered as 01
to 36 on Sl Page Nos.280 to 285 as Appendix “A” to tender documents.

4. The existing Sl Page Nos. 1, 8,9,13 to 50, BOQ ,226,227,228,229,230, 235,


236,241and 242 shall be cancelled and revised Sl Page Nos. 1(R), 8(R),9(R),13(R) to
50(R), revised BOQ, 226(R), 227(R), 228(R),229(R),230(R),235(R), 236(R), 241(R) and
242(R) and Additional Srl page Nos 146(A ) to 146(H) and 146(J) are uploaded herewith.

5. The existing drawings Nos against Sl 1,4 to 16, 19, 21, 24, 25, 29to 31,33 to36, 40,
42, 43, 47 to 49,52,55,56,59 are hereby cancelled and revised drawings against these Sl
Nos are uploaded through this corrigendum. It is to note that the site plan will not be
uploaded and can be verified from GE/CWE and also from this office. TD drawings as
listed in List of drawings other than uploaded along with tender documents shall be
verified and downloaded from web site mes.gov.in.

Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 279

6. Tenderers are required to take care to submit their bids only through revised
new BOQ and submitting bids vide old BOQ shall not be considered under any
circumstance.

7. This letter along with Appendix ‘A’, revised pages, additional pages, new BOQ and
revised drawings uploaded through this corrigendum shall form part of tender documents
and shall be incorporated in the tender documents at appropriate places and considered
while submitting the bids. Cancelled pages and cancelled drawings shall not form part of
tender documents.

8. Please note that the tenderers are allowed to submit their online bids up to
1800 Hrs on 14 Sep 2018.

9. Bidders are requested to download this corrigendum and upload the tender
documents along with corrigendum issued till date while uploading BOQ. In case bidders
are not uploading the tender documents and corrigendum along with BOQ, it will be
presumed that bidders have quoted their rates in BOQ considering all the conditions
stipulated in the tender documents.

10. All other entries shall remain unchanged.

Yours faithfully,

Signature of Contractor (M Bhargava)


Dated: Jt Director (Contracts)
for Accepting Officer
Encls :
Appendix ‘A’ - 06 Pages
Revised pages - As above
Additional pages - As above
Revised new BOQ
Revised Drawings - As above
TD Drawings
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 280

Appendix ‘A’

AMENDMENTS TO TENDER DOCUMENTS

Sl Ref to Location Particulars


No Sl
page
No
1 2 3 4
1. 1 Contents page. Existing Sl Page No 1 shall be cancelled and replaced
with revised Sl page No 1® uploaded herewith.

2 2 Forwarding letter, Para 1, For :”www.eprocuremes.gov.in”


line 2 Read : “www.defproc.gov.in”
3 8&9 Schedule ’A’ Notes Existing Sl Page No 8&9shall be cancelled and
replaced with revised Sl page No 8(R) & 9(R)
uploaded herewith.

4 10 Schedule ‘A’ Notes 15, For : “Sch ‘A’ Part XVIII”


Heading
Read :“Sch ‘A’ Part XIX”
5. 13 & Schedule ‘A’ Part – I Existing Sl Page No 13 and 14 shall be cancelled and
14 replaced with revised Sl page No 13(R) and 14(R )
uploaded herewith.

6 16 to Schedule ‘A’ Part – III to Existing Sl Page No 16 to 50 shall be cancelled and


50 XVII replaced with revised Sl page No 16(R) to 50(R)
uploaded herewith.

7. - BOQ Existing BOQ shall be cancelled and replaced with


revised BOQ uploaded herewith.

Special Conditions

8 131 Heading. For : “SPECIAL CONDITIONS (CONTD.,)”


Read : “SPECIAL CONDITIONS ”
9 131 Clause 4 to 4.7.1. Delete existing clause in ToTo and Add following
Clauses in lieu
4.CONDITIONS OF WORKING IN UN-RESTRICTED
AREA

4.1 The work under this contract lies in UN-


RESTRICTED AREA.

4.1.1 The work under this contract lies in the


UNRESTRICTED AREA. However contractor, his
agents, servants, workmen and vehicles may pass
through the unit lines, in which case, the Engineer-in-
Charge at his discretion has the right to issue the
passes, control their admission to the site of work or
any part thereof. The contractor shall on demand by
the Engineer-in-Charge submit a list of personnel etc.
concerned and any other information called for by the
Engineer-in-Charge and shall satisfy the Engineer-in-
Charge as the bonafide of such people. Passes shall
be returned at any time on demand by the Engineer-
in-Charge and in any case on completion of the work

Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 281
Appendix ‘A’

AMENDMENTS TO TENDER DOCUMENTS

Sl Ref to Location Particulars


No Sl
page
No
1 2 3 4

. 4.1.2 The contractor and his work people shall


observe all the rules promulgated from time to
time by authority controlling the area where the
work is to be carried out e.g . prohibition of
smoking etc. Any person found violating the
security rules laid down by the authority shall be
immediately expelled from the area without
assigning any reasons whatsoever and the
contractor shall have no claim on this account.
Nothing shall be admissible for any man-hours
lost on this account.
10 134 Clause 10.1, line 3 For “16.27” Read “Rs 16.27”

11 136 Clause 13.3, Line 3. For : “Rs ------.” Read : “Rs40000.00.”


12. 141 Clause 28 to 28.5.1 Delete existing clause in ToTo and insert “BLANK”
&142 in lieu
13 Clause 32.2 The clause Nos after 32.2 shall be amended to
145 32.3,32.3.1 and so on in lieu of 33.3,33.3.1 and so
&146 on

14 146 An additional serial page Nos


146(A),146(B),146(C),146(D),146(E),146(F),
146(G), 146(H) and146(J) are up loaded herewith.
Particular Specifications
15. 147 Heading. For :“PARTICULAR SPECIFICATIONS
(CONTD.,)”
Read : “PARTICULAR SPECIFICATIONS”
16 148 Clause 2.1.1,
For : “item Nos. 1 & 2”
(i) Line 5.
Read :“item Nos. 1 to 10”
Clause 2.1.1,
For : “item Nos. 3 to 5”
(ii) Line 5.
Read :“item Nos. 11 to 16”
Clause 2.1.1,
For : “item No. 1”
(iii) Line 8.
Read :“item Nos. 1 to 10”
Clause 2.1.1,
For : “item No. 2 to 7”
(iv) Line 8 & 9.
Read :“item Nos. 11 to 16”
(v) Line 10. For : “not exceeding 50m.”
Read :“exceeding 1.5KM but not exceeding
5.0KM.”
Contd.,
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 282

Appendix ‘A’

AMENDMENTS TO TENDER DOCUMENTS

Sl Ref to Location Particulars


No Sl
page
No
1 2 3 4
17 149 Clause 2.5.1, Line 4. For : “not exceeding 50m.”
Read : “exceeding 1.50KM but not exceeding 5.0KM.”
18 150 Clause 2.8.1, line 1 and For “ Schedule ‘A’ Part I item No 1
2 Read “ Schedule ‘A’ Part I, item Nos 1,2,3,4,5 and 10”
19 164 (i)Clause 3.15 (d), col 2, For “Nos 1 to 5” Read “Nos 1 to 8 and 10”
line 2
(ii)Clause 3.15 (e), col For “item No 6” Read “item Nos 9,13 and 14”
2, line 1 and 2
20 181 Clause 8.2.1(a)(i) For : “item Nos 1to 5”
(i) line 2 Read : “ item Nos 1to 8 and 10 to 16”
(ii) line 3 For : “item No 6”
Read : “ item No 6”
21 189 Clause 9.3.1, line 3 For : “TD Drawing No AFB/TD/260/06 sheet No
1/1(R)”
Read :” TD Drawing No AFB/TD/402/2018(S) sheet
No 1/1”
22 190 (a) Clause 9.3.4, Line 3. For : “Rs ------.” Read : “Rs. 95000/-.”
(b) Clause9.4.1 Add the following clause as 9.5:
“GALVALUME SHEETS Galvalume sheet for roofing
shall be pre- painted high tensile strength steel sheets
having 550 MPa yield strength and high degree of
corrosion resistance aluminium – zinc alloy coating
(Aluminium 55% and zinc 45%) applied by a
continuous hot dipping process. Galvalume sheet
shall be of 0.5 mm thick (total coated thickness)
having minimum alloy coating thickness of 0.025 mm
on each side (Total minimum coating mass for both
surface = 150 gm /sqm). The total thickness of the
colour coated sheet shall not be less than 0.50mm.
The colour and profile of the galvalume sheet shall be
as approved by GE. Nominal rib/crest height shall be
minimum 28mm and nominal centre to centre pitch
shall be maximum 200mm. The sheets shall be colour
coated with 20 micron (minimum thickness) silicon
modified polyester/ super durable polyester over 5
micron (minimum thickness) primer on top and 5
microns (minimum hickness) backing coat on 5
microns(minimum) primer on reverse side.The sheets
shall have brand marking of the manufacturer, the
standard applicable, the base steel thickness and the
coating at the back of every one metre spacing for
cross checking the genuinity of the material supplied.
Fasteners and other components parts shall be
equivalent corrosion resistance property.”

Contd…
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 283
Appendix ‘A’

AMENDMENTS TO TENDER DOCUMENTS

23 192 Clause 10.7(d) Add the following clause as 10.7.1 “10.7.1


ACID RESISTANT TILE FLOORING/
SKIRTING/DADO
Acid resistant tiles shall conform to IS-4457 of 1982,
specifications for unglazed vitreous acid resistant tiles.
Tiles when fractured shall appear fine grained in
texture, dense and homogeneous. The tiles shall be
sound, true to shape, flat and free from flaws and
other defects. Tiles shall be of thickness as indicated.
Size shall be as approved by GE
Tiles shall be laid over chemical resistant mortar.
Chemical resistant mortar shall be resin type all as per
clause 5.13 of MES Schedule part I. The work shall be
carried out all as specified in clause 13.23 and 13.46
of MES Schedule Part – I
The tiles shall be laid over screed / sub base as
mentioned in Schedule of finishes.

10.7.2 PREPOLISHED KOTA STONE FLOORING /


SKIRTING Provide pre-polished kota stone flooring
at locations shown on drawings / schedule of finishes.
The size and thickness of kota stone slab shall be as
shown on drawings/ schedule of finishes. The tiles
shall be laid over screed / sub base as mentioned in
Schedule of finishes. The stone slab flooring shall
conform and laid all as specified in Clause No. 13.47
to 13.47.4.5 of MES Schedule Part-I. Pre-polished
Kota stone slab shall be machine cut to size. shown
on drawing.
10.7.3: GRANITE STONE SLAB
FLOORING/SKIRTING
Provide Granite stone slab flooring/ skirting at
locations shown on drawings/schedule of finishes. The
thickness of the slab shall be maintained as per
drawing. It shall be laid over cement screed as
indicated in Schedule of Finishes. The under layers
shall be as specified in Schedule of finishes. The
stone slabs laid on treads of stair case / steps shall all
as specified in Schedule of finishes. Slabs in treads of
steps shall be of one piece and edges shall be
rounded/bull nosed. Granite stone slab on
risers/skirting shall be provided all as shown on
drawing.

10.7.4 : PVCtiles/ sheet: Provide PVC tiles/sheet


flooring at locations shown on drawings / schedule of
finishes. The size and thickness of PVC tiles/sheet
shall be as shown on drawings/ schedule of finishes.
The tiles shall be laid over screed / sub base as
mentioned in Schedule of finishes. The PVC
tiles/sheet flooring shall conform and laid all as
specified in Clause No. 13.43 to 13.44 of MES
Schedule Part-I...

Contd…
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 284
Appendix ‘A’

AMENDMENTS TO TENDER DOCUMENTS

Sl Ref to Location Particulars


No Sl
page
No
1 2 3 4
24 197 (i) Clause 15.13 For : “INAUGURATION STONE”
Heading Read : “FOUNDATION STONE AND INAUGURATION
STONE”
(ii) Clause 15.13.1, line For : “inauguration stone”
2 and 5 Read : “foundation stone and inauguration stone
25 201 Clause 17.4A and Delete the entire contents of this clause and insert
17.4A.1 “Blank” in lieu.

List of Drawings
26 226 to Existing Sl Page Nos 226,227,228, and 229 shall be
230 cancelled and replaced with revised Sl page No 226
(R),227(R), 228(R) and 229(R)uploaded herewith.

27 232 Sl No 89 to 93, Col 4 The sheet nos1/1,1/2,1/3,1/4,1/5 shall be amended to


read as 1/5,2/5,3/5,4/5,5/5 respectively.
28 234 (i) Sl No 128, Col 5&6 Delete the existing entries and add the date”31-05-18”
under Col 5.
(ii) Sl No 129, Col 6 Enter the date “12-02-18”
29 235& Existing Sl Page Nos 235 and 236 shall be cancelled
236 and replaced with revised Sl page Nos 235(R)and
236(R)uploaded herewith.

30 241 & Existing Sl Page Nos 241 and 242 shall be cancelled
242 and replaced with revised Sl page No 241(R) and
242(R)uploaded herewith.

31 252 Approved list of Add the following makes as Sl Nos 33(a) and 33(b)
products & “33(a): Monoblock pump set: Kirloskar, Crompton
makes/Brands: E/M Greaves, KSB, Beacon, Mather & Platt”
items. Annexure-IV, Sl 33(b) : Chlorination Heavy dosing equipment : Aqua-
No 33 Pura, Sathya sai
32 253 Sl No 39, Col 4,Sl No 5 Add the following as Sl No 6
6. CPRI approved manufacturer
33 258 Sl No 67 Col 2, last line Add the word “ Sockets” after the word “ Holders”
34 261 Sl No 90 Add the following makes as Sl Nos 90(a) and 90(b)
“90(a): LT Panel: C&S, Havells, L&T, Hensel, CPRI
approved manufacturer.
90(b) : Wall mounted fan / Ventilating fan:
Crompton Greaves, Havells, Bajaj, Standard,
Almonard, Polar ”

Contd..
CA NO.CE (AF) / BAN / 30 OF 2018-2019 SERIAL PAGE NO. 285
Appendix ‘A’

AMENDMENTS TO TENDER DOCUMENTS

Appx ‘A’ to Notice of Tender


35 267 (i) Para 5, Col 3 For : “edefproc.gov.in” Read “defproc.gov.in”
(i) Para 7(a). For : “31Jul 2018” Read :“10 Sep 2018”
(ii) Para 7(b). For : “06 Aug 2018” Read :“14 Sep 2018”
(iii) Para 7(c). For : “07Aug 2018” Read :“15 Sep 2018”
36 Drg NoAFB/WD/14/2018 In Typical details Drawings, Sl no 38, Col1 to 4
sht1R/39 dated 16-07-2018 shall be deleted in ToTo and insert “Blank” in lieu.

Signature of Contractor (M Bhargava)


Dated: Jt Director (Contracts)
for Accepting Officer
Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

Section-1
Replacement of Section -1(Page No. 1 to 10) of GCC - 2017

NOTICE INVITING e- TENDER

Signature of Contractor Page 1 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

NBCC (INDIA) LIMITED


(A GOVT. OF INDIA ENTERPRISE)
Central Procurement Group (CPG) Division
nd
NBCC Bhawan,2 Floor, Lodhi Road, New Delhi-110003.
Email ID : cpg.ho@nbccindia.com
Date: 30.08.2018
NOTICE INVITING e-TENDER (NIT)

1.0 NBCC invites online open e-tenders in two bid system from experienced and eligible
Contractors for ‘Construction of All India Institute of Medical Sciences At
Kothipura, District Bilaspur, Himachal Pradesh on Design, Engineering,
Procurement and Construction (EPC) basis” and as per schedule as under:

Tendering Document No. NBCC/ CPG/ AIIMS/BILASPUR (H.P.)/2018/ 161


dated 30.08.2018
Name of the Work Construction of All India Institute of Medical
Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and
Construction (EPC) basis
Brief Scope of Work Design, Engineering, Procurement and Construction
(EPC) of Pre-Engineered Building Structure & RCC
Framed Structure building including civil works, external
& internal electrical works, external & internal plumbing
works, STP, ETP, fire fighting works, HVAC works,
landscaping works, etc. as per scope of work and tender
documents.

This project consist of Basement plus max G+6


structure, construction adopting new & latest technology
of construction etc.
Estimated Cost Rs. 904.72 Cr (Rupees Nine Hundred Four Crores and
Seventy Two Lakhs only)

Period for completion Overall 24 (Twenty Four) Months in phases. Building


wise completion period mentioned in SCC.
Earnest Money Deposit Rs. 9,04,72,000.00 (Nine Crores Four Lakhs Seventy
Two Thousand Only)
Bank Details of NBCC (India) Ltd. are provided
herewith for the purpose of preparation of Bank
Guarantee only:
Name of Beneficiary: NBCC (India) Ltd.
Bank: Union Bank of India, Lodhi Colony, New Delhi
(3524)
Current A/C No. : 352401010035007
IFSCode: UBIN0535249.
BG validity required minimum up to 27.04.2019 (Refer
ITT-Section- 2 Clause No.04))

For MSMEs registered with National Small Industries


Corporation (NSIC) and having single point
registration, please see Section-2 of GCC i.e. ITT,
clause No. 4(vi).

Signature of Contractor Page 2 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

Non-refundable cost of Tender Rs. 3,54,000.00 (Rupees Three Lakhs Fifty Four
document Thousand only) inclusive of GST at 18.00% in the
shape of DD/PO in favor of NBCC (India) Ltd. payable
at New Delhi.

Non-refundable cost of e-Tender Rs. 5,900.00 (Rupees Five Thousand Nine Hundred
processing fee only) through e-payment gateway to ITI Ltd.

Last date & time of submission Up to 30.10.2018 by 11.00AM (IST)


of Online Tender

Period during which hard copy Before and Up to 11.00 AM on 30.10.2018 in the
in original of EMD, Cost of Central Procurement Group (CPG Division), 2nd
Tender Document, e-tender Floor, NBCC (India) Ltd., NBCC Bhawan, Lodhi
processing fee, Letter of
Road, New Delhi - 110003
Acceptance of tender conditions
unconditional, enlistment order
of the contractor and other
document as per NIT shall be
submitted.
Date & Time of Opening of 30.10.2018 at 11.30 AM
Technical Tender

Date & Time of Opening of 06.11.2018 at 03.30 PM


Financial Tender
Validity of offer 150 days from the date of opening of price tender.

Pre-Tender Meeting & Venue 20.09.2018 at 11.30 AM at First Floor, NBCC (India)
Ltd., NBCC Bhawan, Lodhi Road, New Delhi -110003.
A maximum of two representatives of prospective
Bidders shall be allowed to participate on production of
authority letter from the Bidder.

The tender document can be downloaded from website www.tenderwizard.com/NBCC


and www.eprocure.gov.in. “Corrigendum, if any, would appear only on the website
and not to be published in any News Paper”.

2.0 Minimum Eligibility Criteria:


The interested bidders should meet the following minimum qualifying criteria:

A. Work Experience:

i) Experience of having successfully completed similar works during the


last 7 years ending previous day of last date of submission of tenders:

a. Three similar works each costing not less than 40% of the estimated cost put to
tender
OR.
b. Two similar works each costing not less than 60% of the estimated cost put to
tender
OR
c. One similar work costing not less than 80% of the estimated cost.

“Similar works for building works” shall mean “Residential/ Non-Residential buildings
of any no. of storeys”.

Signature of Contractor Page 3 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

ii) Additional qualifying criteria:-

The bidder should have successfully completed one work as mentioned below during the
last 7 years ending previous day of last date of submission of tenders:

“Hospital Project of minimum capacity of 500 beds.”

iii) The past experience in similar nature of work should be supported by


certificates issued by the client’s organisation. In case the work experience is of Private
sector the completion certificate shall be supported with copies of
Letter of Award and copies of Corresponding TDS Certificates. Value of work
will be considered equivalent to the amount of TDS Certificates.

iv) The value of executed works shall be brought to the current level by enhancing the
actual value of work done at a simple rate of 7% per annum, calculated from the date of
completion to previous day of last day of submission of tenders.

v) Joint-venture or Consortia of firms / companies shall not be allowed and the bidders
should meet the above criteria themselves.

vi) Certificates of Subsidiary/Group Companies:

Any company/firm while submitting tender can use the work experience of its subsidiary
company to the extent of its ownership in the subsidiary company. However, the
companies/firms which intend to get qualified on the basis of experience of the parental
company/group company/ Own works, shall not be considered. In case of a
Company/firm, formed after merger and/ or acquisition of other companies/firms, past
experience and other antecedents of the merged/ acquired companies/firms will be
considered for qualification of such Company/firm provided such Company/firm continues
to own the requisite assets and resources of the merged/ acquired companies/firms
relevant to the claimed experience.

vii) Foreign Certificate:

(a) In case the work experience is for the work executed outside India, the bidders have
to submit the completion/experience certificate issued by the owner duly signed &
stamped, and affidavit to the correctness of the completion/experience certificates.
The Contractor shall also get the completion/experience certificates attested by the
Indian Embassy/Consulate/High Commission in the respective country.

In the event of submission of completion /experience certificate by the Bidder in a


language other than English, the English translation of the same shall be duly
authenticated by Chamber of Commerce of the respective country and attested by
the Indian Embassy/consulate/High Commission in the respective country.

(b) For the purpose of evaluation of Bidders, the conversion rate of such a currency into
INR shall be the daily representative exchange rate published by the IMF as
on7(Seven) days prior to the Last Date of Submission of tender including extension(s)
given if any.

B. Financial Strength:

i) The Average annual financial turnover for last 3 years shall be at least 50% of the
estimated cost put to tender. The requisite Turnover shall be duly certified by a Chartered
Accountant with his Seal/ signatures and registration number.

ii) Net Worth of the company /firm as on 31st March of previous Financial Year should be
positive.

Signature of Contractor Page 4 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

iii) Self certified copy of Bank Solvency Certificate issued from Nationalised or any Schedule
Bank should be at least 40% of Estimated Cost of the Project put to tender. The certificate
should have been issued within 6 months from original last date of the submission of the
tender.

iv) The Bidder should at least have earned profit in minimum one year in the available last
three consecutive balance sheets.

The bidders are required to upload and submit summarised page of Balance Sheet of last
Financial Year (Audited) and also page of summarised Profit & Loss Account (Audited) for
last three years.

3.0 The intending tenderer must read the terms and conditions of NBCC carefully. He
should only submit his tender if he considers himself eligible and he is in possession
of all the documents required. Information and Instructions for Tenderers posted on
Website(s) shall form part of Tender Document.
4.0 Those intending tenderers/contractors not registered on the website i.e.
www.tenderwizard.com/NBCC mentioned above with M/s ITI/ are required to
get registered beforehand. If needed they can be imparted training on online
tendering process as per details available on the website i.e.
www.tenderwizard.com/NBCC.The intending tenderer must have class-III digital
signature to submit the tender.
5.0 The Tender Document as uploaded can be viewed and downloaded free of cost by
anyone including intending tenderer. But the tender can only be submitted after
uploading the mandatory scanned documents such as a) Demand Draft / Pay order
or Banker`s Cheque towards cost of tender document, b) proof of deposit of e-
Tender Processing Fee, c) Demand Draft/Pay Order or Banker’s Cheque / Bank
Guarantee of any Nationalized or all Commercial Scheduled Bank against EMD& All
other documents shall be as per Notice Inviting e-tender.

6.0 Set of Contract/Tender Documents:


The following documents will constitute set of tender documents:
a) Notice Inviting e-Tender
b) Quoting Sheet for Tenderer
c) Instructions to Tenderers & General Conditions of Contract (Vol-I/2017) with
Amendment 01, 02, 03, 04 & 05
d) Special Conditions of Contract
e) Technical Specifications
f) Design Basis Report including Scope of work
g) List of approved makes of materials
h) Tender Drawings along with Schedule of Finishes
i) Payment Schedule
j) Memorandum Annexure-I of NIT
k) Acceptance of Tender Conditions (Annexure-II)
l) Integrity pact (Annexure-III)(To be signed and stamped by the contractors
and scanned copy to be uploaded with the bid)
m) Addendum/Corrigendum, if any- Duly signed by authorized person
n) Pre-bid clarifications, if any

Signature of Contractor Page 5 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

7.0 The tenderers are required to quote strictly as per terms and conditions,
specifications, standards given in the tender documents and not to stipulate any
deviations.

The bidders are advised to submit complete details with their bids as
Technical Bid Evaluation will be done on the basis of documents uploaded
on website by the bidders with the bids. The information should be
submitted in the prescribed proforma. Bids with Incomplete /Ambiguous
information will be rejected.

The Bank Guarantee for EMD submitted by the bidders shall be strictly in the
format prescribed in GCC. In case, EMD is not found verbatim inthe
prescribed format, the bid will be liable for rejection.

8.0 The bidders are advised in their own interest to submit their bid documents well in
advance from last date/time of submission of bids so as to avoid problems which
the bidders may face in submission at last moment /during rush hours.

However, after submission of the tender the tenderer can re-submit revised tender
any number of times but before last time and date of submission of tender as
notified.

9.0 When it is desired by NBCC to submit revised financial tender then it shall be
mandatory to submit revised financial tender. If not submitted, then the tender
submitted earlier shall become invalid.

10.0 On opening date, the tenderer can login and see the tender opening process.

11.0 Contractor can upload documents in the form of JPG format and PDF format.

12.0 Contractor to upload scanned copies of all the documents including valid GST
registration /EPF registration/ PAN No. as stipulated in the tender document.

13.0 If the contractor is found ineligible after opening of tenders, his tender shall
become invalid and cost of tender document and processing fee shall not be
refunded.

14.0 If any discrepancy is noticed between the documents as uploaded at the time of
submission of tender and hard copies as submitted physically by the contractor the
tender shall become invalid and cost of tender document and processing fee shall
not be refunded.

15.0 Notwithstanding anything stated above, NBCC reserves the right to assess the
capabilities and capacity of the tenderer to perform the contract, in the overall
interest of NBCC. In case, tenderer’s capabilities and capacities are not found
satisfactory, NBCC reserves the right to reject the tender.

16.0 Certificate of Financial Turnover: At the time of submission of tender, the tender
shall upload Affidavit/Certificate from Chartered Accountant mentioning Audited
Financial Turnover of last 3 years ending as on 31.03.2017/ 31.03.2018. There is
no need to upload entire voluminous balance sheet. However, one page of
summarised Balance Sheet (Audited) and one page of summarised Profit &Loss
Account (Audited) for last 03 years shall be uploaded and submitted in hard copy
also.
17.0 Deleted (Refer GCC – 2017)

Signature of Contractor Page 6 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

18.0 The tenderer(s) if required, may submit queries, if any, through E-mail and in
writing to the tender inviting authority to seek clarifications within 7 days from the
date of uploading of Tender on website but latest by so as to reach NBCC office
not less than 2 days prior to the date of Pre-bid meeting (if to be held as per NIT).
NBCC will reply only those queries which are essentially required for submission
of bids. NBCC will not reply the queries which are not considered fit like replies of
which can be implied /found in the NIT/ Tender Documents or which are not
relevant or in contravention to NIT/Tender Documents, queries received after 7
days from the date of uploading of Tender on website, request for extension of
time for opening of technical bids, etc. Technical Bids are to be opened on the
scheduled dates. Requests for Extension of opening of Technical Bids will not be
entertained.

The Pre-Bid meeting shall be attended by the intending bidders only and not by
vendors/manufacturers. Further, the intending bidders should depute their
authorized person with authorization letter in original to attend the pre-bid
meeting.

19.0 Integrity Pact (For all contracts valuing Rs.5.00 Crores and above)

19.1 Integrity Pact duly signed by the tenderer shall be submitted. Any tender
without signed integrity Pact shall be liable for rejection.

19.2 Independent External Monitors

(i) In respect of this project, the Independent External Monitors (IEMs) would be
monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.

(ii) The Independent External Monitor(s) (IEMs) have been appointed by NBCC in
terms of Integrity Pact (IP)-Section 6, which forms part of the
tenders/Contracts. The contact details of the Independent External Monitor
(s) are posted on the NBCC’s website i.e. www.nbccindia.com and given as
under:

1. Shri J.M.Garg, Ex-Vigilance Commissioner, CVC


Email ID: jagmohan.garg@gmail.com

2. Shri S.C.Panda, IAS (Retd.), Ex-Special Secretary, MHA


Email ID: sureshpanda@yahoo.co

(iii) This panel is authorized to examine / consider all references made to it under
this tender in terms of Integrity Pact. The Independent External Monitors
(IEMs) shall review independently, the cases referred to them to assess
whether and to what extent the parties concerned comply with the obligations
under the Integrity Pact entered into between NBCC and Contractor.

(iv)The Independent External Monitors (IEMs) has the right to access without
restriction to all Project documentations of the Employer including that
provided by the Contractor. The Contractor will also grant the Monitor, upon
his request and demonstration of a valid interest, unrestricted and
unconditional access to his Project Documentations. The same is applicable to
Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder / Contractor / Sub-Contractors etc.
with confidentiality.

Signature of Contractor Page 7 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

20.0 List of Documents to be scanned, uploaded and also submitted in hard copy
within the period of tender submission:

a) Demand Draft/Pay Order or Banker’s Cheque/ Bank Guarantee of any


Nationalized or all Commercial Scheduled Bank against EMD.

b) Demand Draft/Pay Order or Banker’s Cheque of any Scheduled Bank towards


cost of Tender Document.

c) Memorandum Annexure-I of NIT.

d) Unconditional Letter of Acceptance of Tender Conditions (in original)


(Annexure-II of SCC) (On Letter Head of the Applicant/ Bidder).

e) Integrity pact duly signed by the contractor (Annexure-III) (for all contracts
valuing Rs. 5.00 Crores & above). The bidders are requested to download the
Integrity Pact as uploaded in the tender documents, and sign on the same, put
rubber stamp/seal and upload the signed copy on e-tendering websites.

f) Details of Work Experience Certificates - FORM-A

g) Details of Similar Works - FORM-B

h) Financial Details - FORM-C

i) TDS Details of Projects - FORM-D

j) Self-certified copy of Bank Solvency Certificate - FORM-E

k) Documents regarding Net Worth of the Company Firm.

l) Form-H of GCC- Affidavit duly notarized by Notary Public on Non Judicial


Stamp Paper of Rs. 100 for correctness of Documents /Information.

m) Power of Attorney of the person authorised for signing/submitting the


tender

n) E-payment Transaction details towards cost of processing fees.

o) Valid GST registration/ EPF registration/ PAN NO.

p) All pages of the entire Corrigendum (if any) duly signed by the authorized
person.

q) Pre-bid clarifications, if any.

r) General Information – Form-F

s) Work Experience Certificates consisting of details as mentioned in Form-G

t) Registration Details of the contractor in the GST Act– Form-I.

NOTE: All the uploaded documents should be in readable, printable and legible
form failing which the Bids shall not be considered for evaluation. The
document submitted in hard copy should be indexed and duly page numbered

Signature of Contractor Page 8 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

21.0 (a) No Clarification will be sought in case of non-submission of Cost of tender


document or EMD of requisite amount or Unconditional letter of acceptance or
Affidavit for correctness of document/information. In such cases the bid shall be
rejected out rightly without seeking any further clarification/document.

(b) All the uploaded and submitted documents shall be considered as duly
signed by contractor/ authorized representative.

22.0 NBCC reserves the right to reject any or all tenders or cancel/withdraw the
invitation for bid without assigning any reasons whatsoever thereof. NBCC does
not bind itself to accept lowest tender. The NBCC reserves the right to award the
work to a single party or to split the work amongst two or more parties as deemed
necessary without assigning any reason thereof. The contractor is bound to accept
the portion of work as offered by NBCC after split up at the quoted/ negotiated
rates. No claim of the contractor whatsoever shall be entertained by NBCC on this
account.

23.0 Deleted (Refer GCC – 2017)

24.0 Canvassing in connection with the tender is strictly prohibited, and such
canvassed tenders submitted by the contractor will be liable to be rejected and his
earnest money shall be absolutely forfeited.

25.0 In case of any site related query, please contact Shri R P Mishra, GM (Engg), Ph.
No. 8527098119 during Office hours. In case of any query, please contact Shri
M. R. Prabhakar, GM (Engg), NBCC (I) Ltd, CPG Div., Head Office, Ph. No. 011-
24367314 Ext. 1020, Email: cpg.ho@nbccindia.com

General Manager
(CPG Division)

Signature of Contractor Page 9 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

Annexure-I

MEMORANDUM

Sl. Description Cl. No. of Values/Description to be Applicable for


No. NIT/ITT/ Relevant Clause(s)
Clauses of
Contract
(CC)
1) Name of Work Construction of All India Institute of
Medical Sciences At Kothipura, District
Bilaspur, Himachal Pradesh on Design,
Engineering, Procurement and
Construction (EPC) basis
2) Client/Owner Ministry of Health and Family welfare
(MoHFW)
3) Type of Tender Design & Engineering Procurement
Construction (EPC Contract)
4) Earnest Money Deposit NIT Rs. 9,04,72,000.00 (Nine Crores Four Lakhs
Seventy Two Thousand Only)

5) Estimated Cost NIT Rs. 904.72 Cr (Rupees Nine Hundred Four


Crores and Seventy Two Lakhs only)

6) Time allowed for NIT Overall 24 (Twenty Four) Months in phases.


Completion of Work Building wise completion period mentioned
in SCC
7) Mobilization Advance CC / 4.0 10.00% (Ten Percent) of Contract Value.

8) Interest Rate of CC / 4.0 Simple Interest Rate of 10.50% (Ten point


Mobilization Advance Five Percent only) (Per Annum)

9) Schedule of Rates Not Applicable


applicable
10) Validity of Tender ITT / 8.0 150 (One Hundred Fifty) days from the date
of opening of price tender.
11) Performance Guarantee CC / 2.0 5.00 % (Five Percent Only) of contract value
within 30 days from the issue of Letter of
Award
12) Security Deposit / CC/3.0 2.50 % (Two point Five Percent Only) of the
Retention Money gross value of each running /final bill.
13) Time allowed for starting ITT/14.0 The date of start of contract shall be
the work reckoned from 10 days after the date of
issue of letter of Award
14) Deviation limit beyond CC / 6.0 Not Applicable
which clause 6.2 & 6.3
shall apply for all works
except foundation.
15) Deviation limit beyond CC / 6.0 Not Applicable
which clause 6.2 & 6.3
shall apply for
foundation work
16) Escalation CC /7.0 No escalation shall be applicable on this
contract for entire contract period as well as
extended period for completion of the works if
any

Signature of Contractor Page 10 of 11 NBCC


Construction of All India Institute of Medical Sciences At Kothipura, District Bilaspur, Himachal
Pradesh on Design, Engineering, Procurement and Construction (EPC) basis

17) Recovery rate of work CC /71 Rs. 25,000/- per person per month (Rupees
force supplied by NBCC Amendment Twenty Five thousand per person per month
to Contractor No.01 only) plus GST @18% or as prevailing rate
on the date of recovery.

18) Defect Liability Period CC/38.0 12 months from the date of taking over the
works by the NBCC or clients whichever is
later.
19) GRIHA Rating Minimum three star rating of GRIHA rating

20) Applicable GCC - GCC - 2017 with Amendment 01, 02, 03, 04
& 05

---------------------xxx--------------------------

Signature of Contractor Page 11 of 11 NBCC


AIRPORTS AUTHORITY OF INDIA
CORPORATE HEADQUARTERS, RGB, NEW DELHI
DIRECTORATE OF ENGINEERING (SR)

NOTICE INVITING e-TENDER (3 BOT - 3 Cover Open Tender)


Tender ID: 2017_AAI_5492_1
Ref. No Engg/ED-SR/Chennai/TB PH-II/2017

Item rate tenders are invited through the CPP e-tendering portal by Sr. Manager
(Engg.-Civil), Airports Authority of India Chennai Airport Desk, O/o Executive
Director (Engg.)-SR, Corporate Head Quarters, A-Block, 3rd Floor, Rajiv Gandhi
Bhawan, Safdarjang Airport, New Delhi-110 003, on behalf of Chairman, AAI from
the eligible contractors (Joint venture firms can also apply) for the composite
work of ‘Modernization of Chennai Airport, Phase-II, Chennai, Tamil Nadu’ for an
estimated cost Rs.1658.03 Crore with a period of completion 42 (Forty Two)
months [including 07 months considered for rains of 07 monsoons seasons]. The
composite work includes components of Civil, Electrical, HVAC, Fire Fighting,
Escalator/ Lift, Electronics & IT system works etc.

The tendering process is online at e-portal URL address


https://etenders.gov.in/eprocure/app or www.aai.aero. Aspiring bidders
may download and go through the tender document.
Prospective Tenderers are advised to get themselves register 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://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

Bidders are requested to kindly mention the URL of the Portal and Tender
ID in the subject while e-mailing any issue along with the contact details.

(II) For any further technical assistance with regard to functioning of CPP
portal the bidder may contact to the following AAI help desk numbers on
all working days only between

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-2


(i) 08.00 hrs to 20.00 hrs (Mon-Sat)-011-24632950, Ext-3512 (Six
lines), E-Mail:- eprochelp@aai.aero
(ii) 09.30 hrs to 18.00 hrs (Mon-Fri)-011-24632950 Ext-3523, E-Mail:-
etendersupport@aai.aero
sanjeevkumar@aai.aeroand snita@aai.aero.
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)- 011-24657900, E-Mail: -
gmitchq@aai.aero

Tender processing fee of Rs. 11,800/- (i/c GST) Non-refundable will be


required to be paid offline in the form of Demand Draft from Nationalized or
any scheduled bank (but not from co-operative or Gramin bank). The original
Demand Draft against Tender processing fee should reach by post/
courier/given in person to the concerned officials, within 3 days of the last
date of bid submission or as specified in the Tender Document. The details of
Demand Draft/ any other accepted instruments, physically sent, should tally
with the details available in the scanned copy and the data entered during bid
submission time.
1. CRITICAL DATA SHEET

Publishing Date 30.12.2017


Bid Document Download/Sale Start Date 30.12.2017 from 1800 hrs.
Clarification Start Date 30.12.2017 from 1800 hrs.
Clarification End Date 15.01.2018 upto 1800 hrs.
Bid Submission Start Date 23.01.2018 from 0930 hrs.
Bid Submission End Date 30.01.2018 upto 1800 hrs.
Last date and time of submission of original
BG/ Demand Draft/ FDR against EMD and
Tender processing Fee, signed hard copy of AAI 02.02.2018 upto 1800 hrs.
Unconditional Acceptance Letter and singed
Integrity pact.
Bid Opening Date (Cover-I) 05.02.2018 at 1100 hrs.
Bid Opening Date (Cover-II) To be intimated later on
through CPP portal
Bid Opening Date (Cover-III) To be intimated later on
through CPP portal
Tender Processing Fee Rs.11,800/-(i/c GST)
Non-refundable.
EMD Rs. 16.83 Crore in the
form of Demand Draft/
FDR/ Bank Guarantee.
CHENNAI TB PH-II C-NIL I-NIL O-NIL A-3
2. Following 3 covers shall be submitted through online at CPP-portal by the
bidder as per the schedule mentioned in CRITICAL DATA SHEET:

Cover-I: Containing qualifying requirements of Contractor/ Firm:

The tenderer shall submit their application only at CPP portal


https://etender.gov.in/eprocure/app Tenderers/ Contractor are advised
to follow the instruction provided in the tender document for online
submission of bids. Tenders are required to upload the digitally signed file
of scanned documents along with scanned copy of Demand Draft for Tender
processing Fee, PQ Proforma, Financial Information (Annexure-1 on page A-
12), Declaration (Annexure-2 on page A-13), Undertaking for deployment of
T&P (Annexure-3 on page A-14). 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.

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 pre-
determined phasing of the work will be accepted) three works,
each of Rs. 663.21 Crore or two works, each of Rs. 829.02 Crore
or one work of Rs. 1326.42 Crore (each work in single contract)
of similar nature of composite work like Airport Terminal
Buildings, 5 Star Hotels, Large Commercial Complexes, Shopping
Malls, Office Buildings, Super Specialty Hospitals during last
seven years ending last date or extended date of submission of
Bid. However, in case of work experience of Large Commercial
Complexes/ Shopping Malls/ Corporate Office Buildings/ Super
Specialty Hospital buildings should also be Centrally air-
conditioned & having minimum area of 78,800 sqm including
basement having minimum area of 21000 sqm. The composite
work includes components of Civil, Electrical, HVAC, Fire Fighting,
Escalator/ Lift, Electronics & IT system works etc. “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”.

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-4


Client’s certificate for experience should show the nature of work
done, value of contract, 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 organization should
submit copy of tax deduction at sources certificate in support of
their claim for having experience of stipulated value of work.
iii) Should have annualized average financial turnover of Rs. 504.91
Crore against works executed during last three years ending 31st
March of the previous financial year i.e. ending on 31.03.2017. As a
proof, copy of abridged balance Sheet along with profit and loss
Account Statement of the firm for last three years should be
submitted along with the application. Firms showing continuous
losses during the last three years in the balance sheet shall be
summarily rejected.
iv) Agency should deploy sufficient plant and machinery as per the
requirement of work in consultation with the Engineer-in-charge
(EIC) to achieve the target fixed for milestone and overall completion
within the time period.
v) Applications from Joint Venture Company duly registered should be
considered subject to following conditions:-
a. Joint Venture firm should not comprise more than two firms.
b. Joint Venture firm as a single unit should have permanent
Account number (PAN).
c. A detailed and valid agreement exists between the joint venture
firms defining clearly the role, responsibility and scope of work
of each firm along with nomination of leader for the purpose of
his work commensurate with their experiences and capabilities
and a confirmation that the each firm of the joint venture firm
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 (copy of agreement
between JV partner shall be submitted in Cover-I).
d. The leader of the joint venture firm shall meet 80% of the
qualification criteria as defined in paras 2(ii) and 2(iii) 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 joint venture firm shall
meet 40% of the qualification criteria as defined in para 2(ii) &
2(iii) above.

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-5


e. In addition to para v) (a to d) above, qualification criteria defined
in Para 2 (ii to iv) shall be met fully/ jointly by both the members
of joint venture firm or as a single unit of joint venture.

Cover-II: Technical Bid containing scanned copy of unconditional


Acceptance of AAI’s Tender Conditions, EMD and Integrity Pact.

Scanned copy of Earnest Money Deposit (EMD) of value Rs. 16.83 Crore
(Annexure-5 on page B-16, Appendix-IA on page GCC-142 &
Appendix-XI-A on page GCC-164) in the form of Demand Draft/ FDR/ Bank
Guarantee 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 AAI’s Tender Conditions
(Annexure-4 on page B-15) and scanned copy of signed Integrity Pact
(Appendix-XVIII on page GCC-172).

Cover-III: 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 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.

3. Tender Processing Fee, original EMD in the form of BG/ Demand Draft/
FDR, hard copy of signed Unconditional Acceptance of AAI’s Tender
Conditions and signed original integrity Pact to be sent to Sr. Manager
(Engg.-Civil), AAI, Chennai Airport Desk, O/o Executive Director (Engg.)-
SR, Corporate Head Quarters, A- Block, 3rd Floor, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003 and should reach to bid manager
before the date & time mentioned in CRITICAL DATA SHEET. Tender of
the tenderer, whose tender processing fees, EMD, Integrity Pact and
Unconditional Acceptance of AAI’s tender conditions are not received by
the time mentioned in CRITICAL DATA SHEET will be summarily rejected.
Any postal delay will not be entertained.

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-6


4. Bids opening Process is as below:-
Cover-I: Containing Documents for pre-qualification bid (uploaded by the
contractors/firms) shall be opened as per CRITICAL DATA SHEET. The
intimation regarding acceptance/rejection of their bids will be intimated
to the contractors/firms through e-tendering portal.

Cover-II: Technical bid opening date shall be as mentioned in CRITICAL


DATA SHEET. (Depending on pre-qualification, any changes in the date
shall be intimated through CPP portal). The intimation regarding
acceptance/rejection of their bids will be intimated to the
contractors/firms through e-tendering portal.

If any clarification is needed from the bidder about the deficiency in their
uploaded documents in Cover-I and Cover-II, they will be asked to provide
it through CPP portal. The bidder shall upload the requisite
clarification/documents within time specified by AAI, failing which tender
will be liable for rejection.

Cover-III: The financial bids of the contractors/firms found to be meeting


the qualifying requirements and technical criteria shall be as per
CRITICAL DATA SHEET. (Depending on Technical Bid evaluation the
date 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 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 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.
Signature Not Verified
CHENNAI TB PH-II C-NIL I-NIL O-NIL Digitally signed by PUNEET A-7
UDAWAT
Date: 2017.12.30 14:28:12 IST
Location: Government eProcurement System
भारतीय �वमानपत्त प्रा�धक
AIRPORTS AUTHORITY OF INDIA

CORRIGENDUM-I

Name of work: Modernization of Chennai Airport, Phase-II, Chennai, Tamil


Nadu
Tender reference no. Engg/ED-SR/Chennai/TB-PH-II/2017
Tender ID: 2017_AAI_5492_1

1. Reference may please be made to Tender Document for the above said work
uploaded through CPP e-tendering portal vide Tender Reference no. Engg/ED-
SR/Chennai/TB-PH-II/2017 and Tender ID No. 2017_AAI_5492_1 on
30.12.2017 and published in leading newspapers on 02.01.2018 and subsequent
Query and Reply-I uploaded on CPP e-tendering portal.

2. Tender document for the subject work has been modified. The estimated cost of
subject work is Rs. 1560.88 crores against Rs. 1658.03 crores mentioned in the
Notice Inviting Tender. Accordingly the qualifying criteria has been modified.

3. This Corrigendum-I containing Modified Notice Inviting Tender (NIT), Modified


tender document and Modified BOQ (Price Bid) shall supercede the previous
Notice Inviting Tender, Tender document, BOQ (Price Bid). However additional
document (tender drawings) and Query and Reply-I shall remain same and shall
part of the modified tender document. All the queries raised by bidders (except
Query and Reply-I) stands superceded and if there is any query on modified
tender document , the same may be raised on the portal upto revised date of
seeking clarification.

4. This Corrigendum-I shall become part of Agreement.

Sr. Manager (Engg.-Civil)


AAI, Chennai Airport Desk
O/o ED Engg. – SR
CHQ, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003

CHENNAI TB PH-II C-NIL I-NIL O-NIL COR-1


AIRPORTS AUTHORITY OF INDIA
CORPORATE HEADQUARTERS, RGB, NEW DELHI
DIRECTORATE OF ENGINEERING (SR)

MODIFIED NOTICE INVITING e-TENDER (3 BOT - 3 Cover Open Tender)


Tender ID: 2017_AAI_5492_1
Ref. No Engg/ED-SR/Chennai/TB PH-II/2017

Item rate tenders are invited through the CPP e-tendering portal by Sr. Manager
(Engg.-Civil), Airports Authority of India Chennai Airport Desk, O/o Executive
Director (Engg.)-SR, Corporate Head Quarters, A-Block, 3rd Floor, Rajiv Gandhi
Bhawan, Safdarjang Airport, New Delhi-110 003, on behalf of Chairman, AAI from
the eligible contractors (Joint venture firms can also apply) for the composite
work of ‘Modernization of Chennai Airport, Phase-II, Chennai, Tamil Nadu’ for an
estimated cost Rs. 1560.88 Crore with a period of completion 42 (Forty Two)
months [including 07 months considered for rains of 07 monsoons seasons]. The
composite work includes components of Civil, Electrical, HVAC, Fire Fighting,
Escalator/ Lift, Electronics & IT system works etc.

The tendering process is online at e-portal URL address


https://etenders.gov.in/eprocure/app or www.aai.aero. Aspiring bidders
may download and go through the tender document.
Prospective Tenderers are advised to get themselves register 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://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

Bidders are requested to kindly mention the URL of the Portal and Tender
ID in the subject while e-mailing any issue along with the contact details.

(II) For any further technical assistance with regard to functioning of CPP
portal the bidder may contact to the following AAI help desk numbers on
all working days only between

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-2


(i) 08.00 hrs to 20.00 hrs (Mon-Sat)-011-24632950, Ext-3512 (Six
lines), E-Mail:- eprochelp@aai.aero
(ii) 09.30 hrs to 18.00 hrs (Mon-Fri)-011-24632950 Ext-3523, E-Mail:-
etendersupport@aai.aero
sanjeevkumar@aai.aeroand snita@aai.aero.
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)- 011-24657900, E-Mail: -
gmitchq@aai.aero

Tender processing fee of Rs. 11,800/- (i/c GST) Non-refundable will be


required to be paid offline in the form of Demand Draft from Nationalized or
any scheduled bank (but not from co-operative or Gramin bank). The original
Demand Draft against Tender processing fee should reach by post/
courier/given in person to the concerned officials, within 3 days of the last
date of bid submission or as specified in the Tender Document. The details of
Demand Draft/ any other accepted instruments, physically sent, should tally
with the details available in the scanned copy and the data entered during bid
submission time.
1. CRITICAL DATA SHEET

Publishing Date 30.12.2017


Bid Document Download/Sale Start Date 30.12.2017 from 1800 hrs.
Clarification Start Date 30.12.2017 from 1800 hrs.
Clarification End Date 23.01.2018 upto 1800 hrs.
Bid Submission Start Date 30.01.2018 from 0930 hrs.
Bid Submission End Date 05.02.2018 upto 1800 hrs.
Last date and time of submission of original
BG/ Demand Draft/ FDR against EMD and
Tender processing Fee, signed hard copy of AAI 08.02.2018 upto 1800 hrs.
Unconditional Acceptance Letter and singed
Integrity pact.
Bid Opening Date (Cover-I) 09.02.2018 at 1100 hrs.
Bid Opening Date (Cover-II) To be intimated later on
through CPP portal
Bid Opening Date (Cover-III) To be intimated later on
through CPP portal
Tender Processing Fee Rs.11,800/-(i/c GST)
Non-refundable.
EMD Rs. 15.86 Crore in the
form of Demand Draft/
FDR/ Bank Guarantee.
CHENNAI TB PH-II C-NIL I-NIL O-NIL A-3
2. Following 3 covers shall be submitted through online at CPP-portal by the
bidder as per the schedule mentioned in CRITICAL DATA SHEET:
Cover-I: Containing qualifying requirements of Contractor/ Firm:
The tenderer shall submit their application only at CPP portal
https://etender.gov.in/eprocure/app Tenderers/ Contractor are advised
to follow the instruction provided in the tender document for online
submission of bids. Tenders are required to upload the digitally signed file
of scanned documents along with scanned copy of Demand Draft for Tender
processing Fee, PQ Proforma, Financial Information (Annexure-1 on page A-
12), Declaration (Annexure-2 on page A-13), Undertaking for deployment of
T&P (Annexure-3 on page A-14). 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.

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 pre-
determined phasing of the work will be accepted) three works,
each of Rs. 624.35 Crore or two works, each of Rs. 780.44 Crore
or one work of Rs. 1248.70 Crore (each work in single contract)
of similar nature of Centrally air-conditioned composite work
like Airport Terminal Buildings, 5 Star Hotels, Large Commercial
Complexes, Shopping Malls, Office Buildings, Super Specialty
Hospitals during last seven years ending last date or extended
date of submission of Bid. The composite work includes
components of Civil, Electrical, HVAC, Fire Fighting, Escalator/
Lift, Electronics & IT system works etc.

“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”.

Client’s certificate for experience should show the nature of work


done, value of contract, 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

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-4


certificate from non-Government/ non-PSU organization should
submit copy of tax deduction at sources certificate in support of
their claim for having experience of stipulated value of work.

iii) Should have annualized average financial turnover of Rs. 468.26


Crore against works executed during last three years ending 31st
March of the previous financial year i.e. ending on 31.03.2017. As a
proof, copy of abridged balance Sheet along with profit and loss
Account Statement of the firm for last three years should be
submitted along with the application. Firms showing continuous
losses during the last three years in the balance sheet shall be
summarily rejected.
iv) Agency should deploy sufficient plant and machinery as per the
requirement of work in consultation with the Engineer-in-charge
(EIC) to achieve the target fixed for milestone and overall completion
within the time period.
v) Applications from Joint Venture Company duly registered should be
considered subject to following conditions:-
a. Joint Venture firm should not comprise more than two firms.
b. Joint Venture firm as a single unit should have permanent
Account number (PAN).
c. A detailed and valid agreement exists between the joint venture
firms defining clearly the role, responsibility and scope of work
of each firm along with nomination of leader for the purpose of
his work commensurate with their experiences and capabilities
and a confirmation that the each firm of the joint venture firm
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 (copy of agreement
between JV partner shall be submitted in Cover-I).
d. The leader of the joint venture firm shall meet 80% of the
qualification criteria as defined in paras 2(ii) and 2(iii) 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 joint venture firm shall
meet 40% of the qualification criteria as defined in para 2(ii) &
2(iii) above.
e. In addition to para v) (a to d) above, qualification criteria defined
in Para 2 (ii to iv) shall be met fully/ jointly by both the members
of joint venture firm or as a single unit of joint venture.

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-5


Cover-II: Technical Bid containing scanned copy of unconditional
Acceptance of AAI’s Tender Conditions, EMD and Integrity Pact.

Scanned copy of Earnest Money Deposit (EMD) of value Rs. 15.86 Crore
(Annexure-5 on page B-16, Appendix-IA on page GCC-142 &
Appendix-XI-A on page GCC-164) in the form of Demand Draft/ FDR/ Bank
Guarantee 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 AAI’s Tender Conditions
(Annexure-4 on page B-15) and scanned copy of signed Integrity Pact
(Appendix-XVIII on page GCC-172).

Cover-III: 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 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.

3. Tender Processing Fee, original EMD in the form of BG/ Demand Draft/
FDR, hard copy of signed Unconditional Acceptance of AAI’s Tender
Conditions and signed original integrity Pact to be sent to Sr. Manager
(Engg.-Civil), AAI, Chennai Airport Desk, O/o Executive Director (Engg.)-
SR, Corporate Head Quarters, A- Block, 3rd Floor, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003 and should reach to bid manager
before the date & time mentioned in CRITICAL DATA SHEET. Tender of
the tenderer, whose tender processing fees, EMD, Integrity Pact and
Unconditional Acceptance of AAI’s tender conditions are not received by
the time mentioned in CRITICAL DATA SHEET will be summarily rejected.
Any postal delay will not be entertained.
4. Bids opening Process is as below:-
Cover-I: Containing Documents for pre-qualification bid (uploaded by the
contractors/firms) shall be opened as per CRITICAL DATA SHEET. The
intimation regarding acceptance/rejection of their bids will be intimated
to the contractors/firms through e-tendering portal.

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-6


Cover-II: Technical bid opening date shall be as mentioned in CRITICAL
DATA SHEET. (Depending on pre-qualification, any changes in the date
shall be intimated through CPP portal). The intimation regarding
acceptance/rejection of their bids will be intimated to the
contractors/firms through e-tendering portal.
If any clarification is needed from the bidder about the deficiency in their
uploaded documents in Cover-I and Cover-II, they will be asked to provide
it through CPP portal. The bidder shall upload the requisite
clarification/documents within time specified by AAI, failing which tender
will be liable for rejection.
Cover-III: The financial bids of the contractors/firms found to be meeting
the qualifying requirements and technical criteria shall be as per
CRITICAL DATA SHEET. (Depending on Technical Bid evaluation the
date 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 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 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.

CHENNAI TB PH-II C-NIL I-NIL O-NIL A-7


भारतीय �वमानपत्त प्रा�धक
AIRPORTS AUTHORITY OF INDIA
CORRIGENDUM-II
Name of work:Modernization of Chennai Airport, Phase-II, Chennai, Tamil Nadu
Tender reference no. Engg/ED-SR/Chennai/TB-PH-II/2017
Tender ID: 2017_AAI_5492_1
1. Reference may please be made to Tender Document for the above said work
uploaded through CPP e-tendering portal vide Tender Reference no. Engg/ED-
SR/Chennai/TB-PH-II/2017 and Tender ID No. 2017_AAI_5492_1 on
30.12.2017 and subsequently Corrigendum-I through which Modified Tender
document uploaded on 15.01.2018.
2. The following amendments in the above referred tender document bid/ Query &
Reply have been incorporated

S. Clause Existing Amended


No. No.
1 Appendix Para -2 Para-2 May be Read as:
1-A KNOW ALL PEOPLE by “KNOW ALL PEOPLE by this
(Form of these presents that we presence that
Bank _________________ (name of we…………….(Name of Bank)
Guarantee bank) having our having our registered office at
against registered office at …………(hereinafter called ‘The
Earnest _________________ Bank’) are bound unto
Money (hereinafter called “the Airports Authority of India
Deposit) bank”) are bound unto having its head office at Rajiv
Page GCC _________________ (Name of Gandhi Bhawan, Safdarjung
142-143 Senior Manager) Airport, New Delhi-110003
of (hereinafter called “the (hereinafter called the ‘AAI’
Modified Engineer-in-charge”) in which expression shall unless
Tender the sum of Rs. - repugnant to the subject or
Document _________________ (Rs. In contract includes its
words _________________) for administration, successors
which payment well truly and assigns) in sum of
to be made to the said Rs..………… (Rs. in words
Engineer-in-charge the ………………………………….) for
bank binds itself, his which payment well and truly
successors and assigns by to be made to the said
these presents. Engineer-in-Charge the Bank
binds itself, his successors and
assigns by these presents.

CHENNAI TB PH-II COR-II Page 1


3. All other terms and conditions shall remain the same.
4. This Corrigendum-II containing 02 page shall become part of Agreement.

Sr. Manager (Engg.-Civil)


AAI, Chennai Airport Desk
O/o ED Engg. – SR
CHQ, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003

CHENNAI TB PH-II COR-II Page 2


भारतीय �वमानपत्त प्रा�धक
AIRPORTS AUTHORITY OF INDIA

CORRIGENDUM-III

Name of work : Modernization of Chennai Airport, Phase-II,


Chennai, Tamil Nadu

Tender reference no. : Engg/ED-SR/Chennai/TB-PH-II/2017

Tender ID : 2017_AAI_5492_1

1. Reference may please be made to Tender Document for the above said work
uploaded through CPP e-tendering portal (URL:
https://etenders.gov.in/eprocure/app) vide Tender Reference no. Engg/ED-
SR/Chennai/TB-PH-II/2017 and Tender ID No. 2017_AAI_5492_1 on
30.12.2017 and subsequent Corrigendum-I through which Modified Tender
document uploaded on 15.01.2018.

2. This is to re-clarify that as per essence of NIT criteria any International firm is
also eligible to apply in bid.
3. The following addendum in the above referred tender document have been
incorporated:
Addendum for Criteria in Pre-qualification of Firms (These addendum
should be read in conjunction to Modified tender document and subsequent
Corrigendums) :
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
hard 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 e-tendering portal. Principal firm shall give an
undertaking to the effect as under:

i) Name & Address of Accredited Agent whom Principal firm likely to hire
for purchase & upload tender document on their behalf.

ii) Foreign Principal firm is solely responsible for the Financial bid
(Quote) submitted by Accredited Agent.

iii) Those Foreign Principal firm(s) not having registered office in India
shall, required to establish office in India and comply all statutory

CHENNAI TB PH-II COR-III Page 1


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
bidder. This shall also be applicable for foreign firm(s) participating as
Joint Venture (JV).

II. Indian firm as a part of Joint Venture shall 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 Letter of Intent (LoI), in case JV
firms becomes successful bidder.

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 bidder/ 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.

IV. Conversion of Foreign Currency: The following procedure shall be


adopted :

i) 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.

ii) 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.

iii) 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 bidders 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.

CHENNAI TB PH-II COR-III Page 2


4. The last date of submission of the bids has been extended upto 22.02.2018 at
1800 hrs. The modified date for various activities shall be as follows:

Clarification End Date 05.02.2018 upto 1800 hrs.


Bid Submission Start Date 13.02.2018 from 0930 hrs.
Bid Submission End Date 22.02.2018 upto 1800 hrs.
Last date and time of submission of original
BG/ Demand Draft/ FDR against EMD and
Tender processing Fee, signed hard copy of 26.02.2018 upto 1800 hrs.
AAI Unconditional Acceptance Letter and
singed Integrity pact.
Bid Opening Date (Cover-I) 27.02.2018 at 1100 hrs.
Bid Opening Date (Cover-II) To be intimated later on
through CPP portal

Bid Opening Date (Cover-III) To be intimated later on


through CPP portal

5. No further request for time extension shall be entertained.

6. All other terms and conditions shall remain the same.

7. This Corrigendum-III containing 03 page shall become part of Agreement.

Sr. Manager (Engg.-Civil)


AAI, Chennai Airport Desk
O/o ED Engg. – SR
CHQ, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003

CHENNAI TB PH-II COR-III Page 3


भारतीय �वमानपत्त प्रा�धक
AIRPORTS AUTHORITY OF INDIA
CORRIGENDUM-IV
Name of work: Modernization of Chennai Airport, Phase-II, Chennai, Tamil Nadu
Tender reference no. Engg/ED-SR/Chennai/TB-PH-II/2017
Tender ID: 2017_AAI_5492_1
1. Reference may please be made to Tender Document for the above said work
uploaded through CPP e-tendering portal vide Tender Reference no. Engg/ED-
SR/Chennai/TB-PH-II/2017 and Tender ID No. 2017_AAI_5492_1 on
30.12.2017 and subsequently Corrigendum-I through which Modified Tender
document uploaded on 15.01.2018.

2. Following amendments have been made in the above referred tender document:

A) ERRATA ON GCC & SCC (Civil) OF TENDER DOCUMENT


Page No. Para No. Line No. Printed as To be read as
GCC-2 Para 2 1 Noice Notice
GCC-4 Para 1 1 eligiblility eligibility
GCC-4 Para 3 5 Chaiman Chairman
In case the Entire para
GCC-9 &
Para 4B 1 – 30 …….process of the Deleted
GCC-10
work
To be added :
Para 10
Para vi : Sub Para i
(Applicable
to iv above shall
GCC-11 for Item rate - -
not be applicable
tender only )
in case of e-
tendering.
GCC-15 Para 16 (4) 3 contactor contractor
The
contractor/bidder
GCC-16 Para 20 1-10 Deleted
shall ………….
Remarks
Engineer in 0020 Engineer-in-
GCC-26 Para 5 7
Charge Charge
Contractor of work
Contractor of work
GCC-30 Clause 3 11-12 by the Contractor is
is concerned
concerned
Clause 5.1
GCC-32 2 Primevera Primavera
(b)
Clause 5.1 MS Project MS
GCC-34 2
(v) /Primavira Project/Primavera

CHENNAI TB PH-II COR-IV Page 1


Clause 6, representative in- Representative of
GCC-36 3
Para 4 charge of the work the work
Clause 6, representative in- representative of
GCC-36 10-11
Para 4 charge of the work the work
Clause 6 A, representative in- representative of
GCC-39 1-2
Para 3 charge of the work the work
Clause 6 A, representative in- representative of
GCC-39 10
Para 3 charge of the work the work
2-3 Electrical Works Electrical Works
GCC-42 Clause 8 B (Part-I Internal) (Part-I Internal)
2005 and 2013 and
where material
where material,
Clause-10 A, manufactured,
GCC-48 12-13 manufacturedarticles
Para-6 articles or
or machinery
machinery
12 incorporated in the incorporated in
Clause-10 B,
GCC-49 works when the works. When
Para-1
materials materials
Clause-10
GCC-55 CA, Note: 1 conctrete concrete
Para-iv
Clause-10
GCC-55 CA, Note: 3 up up-to
Para-v
GCC-71 Clause-15A, 1 entititled entitled
Para-1
GCC-76 Clause 19B, 8 nay any
Para- iv (b)
GCC-77 Clause 19B, 4 Regulations with Regulations
Para-vi prejudice withoutprejudice
GCC-80 Clause-19G 4 People employed the People employed
Para- 1 on Contractor(s) by the
Page GCC-80 Contractor(s)
GCC-84 Clause-20A Side Miscellaneous Miscellaneous
Heading Provident Act Provision Act
GCC-85 Clause-21 3 contact contract
GCC-90 Clause-29 10-11 In the even of the In the event of the
Para-I
GCC-91 Clause-29 7 the arbitration the arbitration
Para 2 on Clause) by the Clause) or by the
Page GCC-91 competent competent
GCC-104 Clause-38 3 their of thereof
Para-6
GCC-107 Clause-42 6-7 diameterwise diameter-wise &
& Para-c &categoriwise category-wise
GCC-108
GCC-108 Clause-42 2 to taken to take
Para-ii(a)
CHENNAI TB PH-II COR-IV Page 2
GCC-119 Para b (v) 1-2 should kept the should cap the
borewell properly by borewell properly
ld welding by welding
GCC-124 Para 16 1 noting nothing
GCC-127 Para 6/v/b 1 he The
GCC-129 Para 9 Sub-Rule9 Sub-Rule(ix)
(x)&(xii)
GCC-135 Para 7(i) 2 Appndix VI Appendix VI
GCC-139 Appendix-I 5 Refer Clause 2B Refer Clause 1A
and 2B
GCC-139 Appendix-I 17 nay any
Para-1
GCC-152 Appendix-VII See Rule 78 (2) (a) See Rule 78 (1) (a)
(i)
GCC-153 Appendix- See Rule 78 (2) (a) See Rule 78 (1) (a)
VIII (i)
GCC-156 Form- XVII - Entire page is
Register of Deleted
Wages
GCC-157 Heading OBVERSE (OF WAGE CARD
PREVIOUS PAGE
APPENDIX VIII)
GCC-159 Appendix-IX See Rule 78 (2) (b) See Rule 78 (1) (b)
GCC-161 Para 3 3 inn In
GCC-161 Para 3 6 his this
GCC-178 Para 5.1 (i) 1 i) ix)
on Page GCC-
178
GCC-178 Para 5.1 (i) 2 contact contract
on Page GCC-
178
GCC-178 Para 5.1 (ii) 1 ii) x)
on Page GCC-
178
GCC-178 Para 5.1 (iii) 1 iii) xi)
on Page GCC-
178
GCC-178 Para 5.1 (iv) 1 iv) xii)
on Page GCC-
178
GCC-181 Para-8 2 shall entitled shall be entitled
GCC-182 Para-12 2 brides bribes
GCC-185 Schedule-A 2-3 BOQ-1 to BOQ-385 BOQ-1 to BOQ-272
GCC-190 Clause-10 CA Note-2 Base price and its Deleted
corresponding
period of all the
materials covered
under clause-10 CA
CHENNAI TB PH-II COR-IV Page 3
is to be mentioned at
the time of approval
of NIT. In case of
recall of tenders the
base price may be
modified by adopting
latest base price and
its corresponding
period.
GCC-191 Clause-10 CC Other marterials Other materials
GCC-191 Clause-12 Deviation limit Deviation limit
beyond which beyond which
clauses 12.2 and 12.3 clauses 12.2 and
shall apply for 12.3 shall apply for
building work above buildings,
plinth level or 1.2 pavements and all
metres above ground other works above
level. foundation level.
GCC-191 Clause-12 Hundard Percent Hundred Percent
SCC Clause 50 (i) 6 within 330 days within 30 days
(Civil)- Para 2
21
GCC-27 Clause 2A Entire In case, the In case, the
(Incentive para contractor completes contractor
for Early the work ahead of completes the
Completion) updated stipulated work ahead of
date of completion or stipulated date of
justified extended completion, a
date of completion as bonus @ 1% (one
determined under per cent) of the
clause 5.3,12 & 15, a tendered value per
bonus @ 1 % (one month computed
per cent) of the on per day basis,
tendered value per shall be payable to
month computed on the contractor,
per day basis, shall subject to a
be payable to the maximum limit of
contractor, subject to 5% (five per cent)
a maximum limit of of the tendered
5% (five per cent) of value. The amount
the tendered value. of bonus, if
Provided that payable, shall be
justified time for paid along with
extra work shall be final bill after
calculated on pro – completion of
rata basis as cost of work. Provided
extra work x always that
stipulated period/ provision of the

CHENNAI TB PH-II COR-IV Page 4


tendered value. The Clause 2A shall be
amount of bonus, if applicable only
payable, shall be paid when so provided
along with final bill in ‘Schedule F’.
after completion of This clause is
work. Provided applicable for the
always that provision works for which
of the Clause 2A shall estimated cost put
be applicable only to tender is
when so provided in Rs.50 cr. and
‘Schedule F’. above for
pavement work
and 100 cr. and
above for building
works.
GCC-50 Clause Entire The contractor shall The contractor
10B(II) c. para execute a Bank shall execute a
(Mobilisation Guarantee Bond Bank Guarantee
Advance) from any Scheduled Bond from any
Bank but not Co- Scheduled Bank
operative or Gramin but not Co-
Bank as specified by operative or
Engineer-in-charge Gramin Bank as
for 110% of value of specified by
installment of Engineer-in-
mobilisation advance charge for 110% of
before such advance value of
is released. The 1st installment of
installment should mobilisation
not exceed Rs.10.00 advance before
Cr. The number of such advance is
installments and released. The first
value of each installment
subsequent should not
installment shall be exceed Rs. 20.00
decided by AAI Cr. for the works
depending on for which the
progress of work estimated cost is
and availability of kept as Rs.
funds. 500.00 Cr. or
more. The
Number of
installment shall
be decided by
AAI depending on
progress of work
and availability
of funds.

CHENNAI TB PH-II COR-IV Page 5


B) BOQ ITEM NO. 113 (FAÇADE WORK OPAQUE WALL CLADDING)
S. Clause Existing Amended
N No.
o.
1 Item No. Opaque Architectural Wall OPAQUE ARCHITECTURAL
113 of Panel Cladding - Supply, WALL CLADDING –
BOQ Page Designing, fabricating and Supply, designing, fabricating
BOQ-22 installation of following: and installation of following-
to BOQ-
24 and System comprises of System comprises of aluminum
Technical Aluminium alloy sandwich alloy sandwich panel
Specificati panel KS1000MR Flat/Micro KS1000MR/ Jindal Mectec/
on of Civil Rib/ Mini Rib with Fire safe Sintex/ Rinac or equivalent
Item No. IPN-Quadcore/ Hybrid make of grade B2 PIR panel
113 on Polyisocyanurite core and (Poly Isocyanurate foam)
Page TS the panel of specified confirming to DIN 4102
(Civil)-61 thickness cladding (German institute for
& TS mechanically fixed on to the standardization) Flat/ Micro
(Civil)-62 designed built steel Rib/ Mini Rib with Fire safe
structure / RCC Column slab IPN-Quadcore/
/ beams using Hot dipped Polyisocyanurite core and the
galvanised (HDG) bracket of panel of specified thickness
minimum 80 microns as per cladding mechanically fixed on
approved drawing. to the designed built steel
structure / RCC Column slab /
beams using Hot dipped
galvanised (HDG) bracket of
minimum 80 microns as
indicated in the drawing.
Opaque Architectural Wall Opaque Architectural Wall
panel cladding system is a panel cladding system is a long
long spanning range of spanning range of secret‐fix
secret‐fix Insulated wall Insulated wall panel system.
panel system. Fabricated Fabricated aluminum alloy
Aluminium alloy panels with panels with grooving and
grooving and bending bending interlock with
interlock with adjacent adjacent panel fixed on to the
panel fixed on to the MS MS framing along with
framing along with stainless stainless steel 316 grade
steel 316 grade screws screws having no grooves
having no grooves visible visible between the cladding as
between the cladding as per indicated in the drawing. The
approved drawing. The system shall have the provision
system shall have the for expansion.
provision for expansion.

CHENNAI TB PH-II COR-IV Page 6


The vertical/horizontal are The vertical/horizontal are
open joints with no sealant open joints with no sealant
visible. visible.

The vertical/horizontal The vertical/horizontal joints


joints are open joint groove are open joint groove system of
system of approved make in approved make in compliance
compliance with the with the technical matrix.
technical matrix.

Vertical/Horizontal Vertical/Horizontal Stiffeners


Stiffeners are provided are provided wherever
wherever necessary in the necessary in the AWP panel
AWP panel cladding to cladding to prevent the panel
prevent the panel from from sagging/deflecting.
sagging/deflecting.

The system shall be The system shall be designed to


designed to withstand a withstand a wind pressure of
wind pressure of 3.51KPa as 3.51KPa as indicated in CTM at
indicated in CTM at all all levels, elevations and
levels, elevations and heights.
heights.
AWP panel cladding system AWP panel cladding system on
on the RCC/built steel the RCC/built steel structure
structure shall be of shall be of approved shade
approved shade with with 60microns /3-coat PVDF
approved make of coated aluminum alloy AA3105
60microns /3-coat PVDF panels shall be with 0.63mm
coated aluminium alloy thick Zinc Coated steel sheet of
AA3105 panels shall be with approved shade from EIC. The
0.63mm thick Zinc Coated Coated sheets are both Exterior
steel sheet of approved and Interior side of the AWP
shade from architect. The sandwich panel. 0.70 mm thick
Coated sheets are both sheets external side, colour to
Exterior and Interior side of be of as per direction of EIC.
the AWP sandwich panel. Internal side to be aluminum
0.70 mm thick sheets alloy AA3105 in 0.5mm thick
external side, colour to be of coated white t colour polyester
architect/ consultant`s paint. Coating shall confirm the
choice and internal side to specification of ECCA / AAMA
be aluminium alloy AA3105 2605 and confirming to the
in 0.5mm thick coated white mechanical properties of panel
t colour polyester paint. as per detail technical
Coating shall confirm the specification. The AWP Opaque
specification of ECCA/ wall panels to be designed to U
AAMA 2605 and confirming value 0.26 W/m²°K
to the mechanical properties (considering thermal bridging)

CHENNAI TB PH-II COR-IV Page 7


of panel as per detail with 75mm thick Quadcore
technical specification. The IPN, hybrid PIR core insulation
AWP Opaque wall panels to or equivalent of Grade B2
be designed to U value 0.26 PIR (Polyisocynurite) panel
W/m²°K (considering conforming to DIN 4102 or
thermal bridging) with equivalent. Wind Load
75mm thick Quadcore IPN, calculation report for the wall
hybrid PIR core insulation. cladding panels to be
Wind Load calculation submitted by the manufacturer
report for the wall cladding based on wind speed as per IS
panels to be submitted by 875 and fastener pull out screw
the manufacturer based on pull out load.
wind speed as per IS 875
and fastener pull out screw
pull out load.

Panels to be manufactured Panels to be manufactured


from the highest quality from the highest quality
materials, using state of the materials, using state of the art
art production equipment to production equipment to
rigorous quality control rigorous quality control
standards, complying with standards, complying with ISO
ISO 9001 standard, ensuring 9001 standard, ensuring long
long term reliability and term reliability and service life.
service life. The panel also The panel also to be
to be manufactured under manufactured under
Environmental Management Environmental Management
System Certification ISO System Certification ISO 14001.
14001.

All extruded Mild steel All extruded Mild steel sections


sections shall comply to IS shall comply to IS 2062 Grade
2062 Grade A and shall be A and shall be coated with
coated with antirust paint antirust paint of 275 microns
of 275 microns comprising comprising primer of 75
primer of 75 microns and microns and two topcoat epoxy
two topcoat epoxy high high performance
performance architectural architectural paint (Colour
paint (Colour as per as approved of 100 microns
architect intent) by Civil of each after shot blasting as per
100 microns each after shot BS /IS standards.
blasting as per BS standards.

The fastening materials like The fastening materials like


Anchors, Nuts, Bolts, Rivets, Anchors, Nuts, Bolts, Rivets,
washers, clamps, straps etc washers, clamps, straps etc
required for fixing the required for fixing the framing
framing members to the members to the mild steel

CHENNAI TB PH-II COR-IV Page 8


mild steel structure shall be structure shall be of stainless
of stainless steel 316 grade steel 316 grade and corrosion
and corrosion resistant of resistant of approved make as
approved make as per per Specification. Provide
Architects/Consultants exterior perimeter sealants
Specification. Provide where AWP cladding systems
exterior perimeter sealants abutt adjacent materials
where AWP cladding including, but not limited to
systems abutt adjacent concrete shear walls, slab on
materials including, but not grade and penetrations for
limited to concrete shear ancillary equipment and
walls, slab on grade and accessories
penetrations for ancillary
equipment and accessories

Note: Note:
Mode of Measurement for Mode of Measurement for
façade elements shall be façade elements shall be only
only visible elevation areas visible elevation areas i.e..
i.e.. Module centre to centre, Module centre to centre, End to
End to End for RCC openings End for RCC openings .All
.All flashings @ Jamb level, flashings @ Jamb level, Cill etc
Cill etc. of ACP/ Stone/ of ACP/ Stone/ Aluminium
Aluminium sheet/ Any sheet/ Any metal panel along
metal panel along with All with All soffits shall not paid
soffits shall not paid extra as extra as they are considered
they are considered part of part of the system.
the system.

Item Rate shall include the Item Rate shall include the
following: following:
1. Designing the system 1. Designing the system
including AWP sheet including AWP sheet cladding,
cladding, Stainless Steel 316 Stainless Steel 316 Grade
Grade Column Cladding & Its Column Cladding & Its frame
frame work. work.
2. Providing, Handling, 2. Providing, Handling, Shifting,
Shifting, hoisting & fixing of hoisting & fixing of galvalume
galvalume sheet cladding & sheet cladding & SS 316 Grade
SS 316 Grade cladding along cladding along with its framing
with its framing members. members.
3. Fabrication & Treatment 3. Fabrication & Treatment to
to mild steel framing mild steel framing members
members (shall be coated (shall be coated with antirust
with antirust paint of 275 paint of 275 microns
microns comprising primer comprising primer of 75
of 75 microns and two microns and two topcoat epoxy
topcoat epoxy high high performance

CHENNAI TB PH-II COR-IV Page 9


performance architectural architectural paint of 100
paint of 100 microns each microns each after shot
after shot blasting as per IS blasting as per IS standards.
standards.
4. Providing minimum HDG- 4. Providing minium HDG-80
80 microns brackets & microns brackets & angle
angle brackets. brackets.
5. Providing all hardware's 5. Providing all hardware's &
& consumables including consumables including
Stainless steel 316 grade Stainless steel 316 grade
mechanical anchor mechanical anchor fasteners,
fasteners, chemical anchor chemical anchor fasteners (As
fasteners (As required) SS required) SS 316 grade screws,
316 grade screws, Rawl Rawl plug, bolts and
plug, bolts and accessories accessories as per drawing and
as per drawing and specification.
specification.
6. Providing approved Non- 6. Providing approved Non-
staining weather silicone staining weather silicone
sealant and shade as per sealant and shade as per
architects requirement. architects requirement.
7. Necessary MS Supports 7. Necessary MS Supports

3. All other terms and conditions shall remain the same.


4. This Corrigendum-IV containing 10 page shall become part of Agreement.

Sr. Manager (Engg.-Civil)


AAI, Chennai Airport Desk
O/o ED Engg. – SR
CHQ, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003

CHENNAI TB PH-II COR-IV Page 10


भारतीय �वमानपत्त प्रा�धक
AIRPORTS AUTHORITY OF INDIA
CORRIGENDUM-V
Name of work: Modernization of Chennai Airport, Phase-II, Chennai, Tamil Nadu
Tender reference no. Engg/ED-SR/Chennai/TB-PH-II/2017
Tender ID: 2017_AAI_5492_1
1. Reference may please be made to Tender Document for the above said work
uploaded through CPP e-tendering portal vide Tender Reference no. Engg/ED-
SR/Chennai/TB-PH-II/2017 and Tender ID No. 2017_AAI_5492_1 on
30.12.2017 and subsequently Corrigendum-I through which Modified Tender
document uploaded on 15.01.2018.
2. Following Drawings are being uploaded:
S. Drawing Title Drawing No. Scale Sheet
No. Size
Architecture
1 Area Statement 60538836-ACM-CHE-DD-T2-AR-DR-0001_A NTS A1
2 Ground Floor 60538836-ACM-CHE-DD-L0-AR-DR-1202_A 1:500 A1
Layout - Arrivals
Level -Phase 1
3 Basement 60538836-ACM-CHE-DD-BS-AR-DR-1202_A 1:500 A1
Layout- BHS -
Phase 1
4 Level 01 Layout 60538836-ACM-CHE-DD-L1-AR-DR-1202_A 1:500 A1
- Retails and
Gates-Phase 1
5 Level 02 Layout- 60538836-ACM-CHE-DD-L2-AR-DR-1202_A 1:500 A1
Departure Level
- Phase 1
6 Level 03 Layout 60538836-ACM-CHE-DD-L3-AR-DR-1202_A 1:500 A1
- CIP Lounge -
Phase 1
7 Roof Layout - 60538836-ACM-CHE-DD-RF-AR-DR-1202_A 1:500 A1
Phase 1
8 Arrival Level 60538836-ACM-CHE-SD-FAC-DWG-AR-001 NTS A1
Glazing Detail
9 Mezzanine Level 60538836-ACM-CHE-SD-FAC-DWG-AR-002 NTS A1
Glazing Detail
10 Departure Level 60538836-ACM-CHE-SD-FAC-DWG-AR-003 NTS A1
Glazing Detail
11 Glazing 60538836-ACM-CHE-SD-FAC-DWG-AR-004 NTS A1
Elevation Detail
- Road side

CHENNAI TB PH-II COR-V Page 1


12 Glazing 60538836-ACM-CHE-SD-FAC-DWG-AR-005 NTS A1
Elevation Detail
- Airside
13 Glazing 60538836-ACM-CHE-SD-FAC-DWG-AR-006 NTS A1
Elevation Detail
- Landside
14 Landside 60538836-ACM-CHE-SD-FAC-DWG-AR-013 NTS A1
Glazing Detail -
Departure level
15 Airside Glazing 60538836-ACM-CHE-SD-FAC-DWG-AR-019 NTS A1
Detail -Arrival
Level
16 Landside 60538836-ACM-CHE-SD-FAC-DWG-AR-028 NTS A1
Entrace Detail -
Departure Level
17 Airside Glazing 60538836-ACM-CHE-SD-FAC-DWG-AR-033 NTS A1
Detail - Arrival
Level
18 Landside 60538836-ACM-CHE-SD-FAC-DWG-AR-036 NTS A1
Glazing Detail -
Arrival Level
19 Typical railing 60538836-ACM-CHE-DD-T2-AR-DR-4100_A NTS A1
detail
20 Door Schedule 60538836-ACM-CHE-DD-T2-AR-DR-8101_A NTS A1
21 Skylight detail 60538836-ACM-CHE-DD-RF-AR-DR-6101_A NTS A1
22 Trolley Fender 60538836-ACM-CHE-DD-T2-DWG-ID -001 NTS A4
Detail
23 Flooring motif 60538836-ACM-CHE-DD-T2-DWG-ID -002 NTS A1
detail
24 Layout and 60538836-ACM-CHE-SD-TB-BS-DR-ST-B102 NTS
section details of
Tension Plan
(1/3
25 Layout and 60538836-ACM-CHE-SD-TB-BS-DR-ST-B102 NTS
section details of
Tension
Plan(2/3)
26 Layout and 60538836-ACM-CHE-SD-TB-BS-DR-ST-B102 NTS
section details of
Tension
Plan(3/3)
27 Roof structure 60538836-ACM-TB-RF-DR-ST-0700 NTS
framing plan
28 Roof structure 60538836-ACM-TB-RF-DR-ST-0700A NTS
framing plan
29 Roof structure 60538836-ACM-TB-RF-DR-ST-0701 NTS
section details

CHENNAI TB PH-II COR-V Page 2


30 Lower roof 60538836-ACM-TB-RF-DR-ST-0703 NTS
structure plan
and section
details
31 Lower roof 60538836-ACM-TB-RF-DR-ST-0704 NTS
structure plan
and section
details
32 Lower roof 60538836-ACM-TB-RF-DR-ST-0705 NTS
structure plan
and section
details
33 Indicative 60538836-ACM-TB-RF-DR-ST-0705A NTS
connection
details for the
steel roof truss
34 Fixed link bridge 60538836-ACM-TB-RF-DR-ST-0706 NTS
Framing plan
and details
35 Section detail of
Grade slab
36 Section details
of PCC
37 Standard CHA-ACM-TT-DR-PH4102_B NTS
installation
details -
manehole,
inspection
chambers,
puddle flanze.
38 Roof Drainage 23 nos NTS
drawing
39 Sanitary fixtures CHA-ACM-TT-DR-PH4100_B
Typical details-1
40 Sanitary fixtures CHA-ACM-TT-DR-PH4101_B
Typical details-1

3. Following Additional measures for GRIHA-rating shall be part of tender


document and shall be read in conjunction to para 52 ‘MEASURES FOR GRIHA
PARAMETERS’ on page SCC (Civil)-26 of tender document.
ADDITIONAL MEASURES FOR GRIHA PARAMETERS

INTRODUCTION
These specifications highlight what needs to be done in terms of specification of
materials and building systems to help ensure construction is compliant with the
requirements of Green Rating for Integrated Habitat Assessment (GRIHA) Version 2015,
an assessment methodology for the environmental performance of buildings. The

CHENNAI TB PH-II COR-V Page 3


project requires the Contractor to implement practices and procedures to meet the
project’s environmental goals, which include achieving GRIHA - 4 Star rating.

Following additional requirements are provided to achieve GRIHA rating and to attain
better environmental results.

I. Construction management

 3 meter high barricading shall be provided around the construction area.


 Wheel washing facility shall be made available at the vehicular entrance
of the site.
 Fine aggregate and excavated earth on site shall be covered with plastic/
geotextile sheets.
 All diesel gen-sets shall have chimneys with their outlet facing away from
the site.
 Gunny bags & Slab ponding shall be used for curing.
 Regular water sprinkling shall be done at site to control soil movement.
 Dedicated location shall be allotted for construction waste.
 Spill prevention plan for hazardous materials like bitumen, diesel etc.
shall be prepared and implemented.

II. Excavation & Landscape

 Top 200mm thickness of the soil shall be preserved separately.


 Preserved Top soil shall be covered with plastic/geotextile sheets or
temporary mulching.
 The conserved top soil shall be used for landscaping post construction.
 4 trees shall be planted for every 1 tree cut of the same native or
naturalized species.

III. Safety and Sanitation


 Safety equipment such as helmets, boots, safety harness, glasses, jackets
etc. shall be provided to construction workers.
 Safe drinking water, hygienic working and living conditions and
sanitation facilities shall be available for the workers.
 Crèche facility shall be provided for children of construction workers in
case females are working at site.

IV. Waste management


 Multi-colour dustbins shall be installed to ensure segregation of waste at
source.
 Dedicated, segregated and Hygienic Storage spaces shall be provided in
the project site to store different waste before treatment or recycling
 Organic waste shall be treated on site using Organic Waste Collector or
similar method

CHENNAI TB PH-II COR-V Page 4


4. All other terms and conditions shall remain the same.

5. This Corrigendum-V having three parts (Corrigendum-V – 05 pages;


Corrigendum-V Annexure I – 30 pages and Corrigendum-V Annexure II – 32
pages) total 67 pages shall become part of Agreement.

Sr. Manager (Engg.-Civil)


AAI, Chennai Airport Desk
O/o ED Engg. – SR
CHQ, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003

CHENNAI TB PH-II COR-V Page 5


भारतीय�वमानपत्तनप्रा�ध
AIRPORTS AUTHORITY OF INDIA
CORRIGENDUM-VI
Name of work:Modernization of Chennai Airport, Phase-II, Chennai, Tamil Nadu
Tender reference no. Engg/ED-SR/Chennai/TB-PH-II/2017
Tender ID: 2017_AAI_5492_1
1. Reference may please be made to Tender Document for the above said work
uploaded through CPP e-tendering portal vide Tender Reference no. Engg/ED-
SR/Chennai/TB-PH-II/2017 and Tender ID No. 2017_AAI_5492_1
on30.12.2017, Corrigendum-I through which Modified Tender document
uploaded on 15.01.2018 Corrigendum- II to Corrigendum-V and Query & Reply I
to XXXIX.

2. Following is hereby re-confirmed with reference to taxation clauses of Modified


Tender Document , Corrigendum I to V & Query & Reply I to XXXIX.
I - Regarding applicability of GST:
(a)Rate of GST applicable for works contracts for Airport projects is 18%.
(b) This contract will be works contract as defined in section 2(119) of CGST Act
and single GST rate, i.e. 18% will be applicable for full contract. Accordingly, GST
rate for individual item need not to be specified.
II- Regarding Basic Custom duty, IGST & utilizing EPCG license:
(a) The bidder needs to include customs duty & IGST in the price.
(b) Basic custom duty & IGST shall be paid by AAI utilizing EPCG license/Duty
Credit Scrips under SEI scheme of Govt. of India and same shall be
adjusted/deducted from contractor's bill.
3. In reference to para 2 at page A-2 of Tender document , Corrigendum –III para
(3) along with Queries & Replies, for Indian firms participating as Joint Venture
( JV), it is further clarified that :

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).

CHENNAI TB PH-II COR-VI Page 1


4. Following additional makes have been included in the list of acceptable makes
for civil works through Queries & Replies and same are being intimated here
through this corrigendum for the other intending bidders :

S. No. Description/ Item Brand/ Make


1 Epoxy Terrazzo Flooring 1. CIPY
2. FLOWCREATE
3. BASF
2 HDPE Pipes 1. GEBRIT
2. SAINT GOBAIN
3. ACO
OR equivalent
3 Expansion Joint 1.Migua
4 Digital Level Indicator 1. Pune Techtrol
2. Cirus Engineering
3. Filpro Sensors
4. Sapcon Instrumentation
5 Aluminum Standing Seam Roofing Tiger Profile & Insulation LLC
5. It is re-confirmed that the submittals/technical details desired under Technical
Specifications of Airport System & IT Works of tender document shall be
submitted along with other bid documents in cover-I.

6. Following amendment has been made in Technical Specifications of Airport


System & IT Works of tender document:
S.No Clause/ Description Amended Clause
Page No.
1 Section Clause Self-Bag Drop (SBD):
3.2.6 Page amended 1. All system components – Materna,
TS (AS&IT) - Elenium, Type-22, Arinc, SITA, Scarabee,
26 Embross – Category-1

BPC e-gates:
1. All system components – Materna,
Elenium, Gunnebo, Godrej – Category-1.

2 Clause 3.1 Insert new For all IT and Airport systems; necessary
(t) - Page TS clause planning, supply, installations, testing
(AS & IT) 21 and commissioning shall be carried out
as per building construction phasing and
without causing any disruption to the
existing services/infrastructure.

3 Clause Clause Clause shall be read as “In addition to


10.4.1 (a) ii) amended (i) above, 0.6 or better RASTI for 90%

CHENNAI TB PH-II COR-VI Page 2


- Page TS of each PA zone for all passenger
(AS&IT) 53 areas in departures and boarding gate
lounges at mezzanine and Arrival
levels (PA Zones – 11,15,18, 21 to 26,
28,29, 32,33,34, 35 to 38, 42 & 43)”

4 Section Insertion of “All stainless steel mounting poles,


11.6.6 - new sub- brackets in the public area shall be
Page TS (AS section provided by AAI in case not included
& IT) 95 in the Tender.”

5 Clause 23.1 Insertion of Due to Construction phasing, all the


(k) - Page new Clause backbone cabling to ALCRs, DLCRs
TS (AS&IT) and DCs shall be planned and routed
180 with minimal disruption to existing
operational services, false ceiling
flooring, wall finishes and such. Prior
approval from AAI shall be taken
during such instances.

6 Clause Clause Clause shall be read as “The screening


14.9.24 (f) - amended image GUI shall provide (support)
Page TS real image viewing options as
(AS&IT) 134 available on the stand-alone
screening monitor of the screening
machine itself. The system must be
approved for use by the regulatory
authorities such as ECAC, TSA and the
DFT.”

7 Clause Clause Clause shall be read as “The screening


14.9.25 (k) - amended image GUI shall provide (support)
Page TS real image viewing options as
(AS&IT) 136 available on the stand-alone
screening monitor of the screening
machine itself. The system must be
approved for use by the regulatory
authorities such as ECAC, TSA and the
DFT.”

8 Clause Clause Clause shall be read as “The radiation


13.5.1 (l) - amended level should not exceed accepted
Page TS health standards (0.1m R/Hr) at a
(AS&IT) 118 distance of 5 cm from external
housing.”

9 Clause 14.2 Clause Clause shall be read as “Contractor


(f) - Page TS amended shall supply all necessary, required

CHENNAI TB PH-II COR-VI Page 3


(AS&IT) 121 material (hardware and software) to
realize the Smart Lane Hand Baggage
Screening System with Automated
Tray Return (ATR), Recheck
Workstation/s and Analyst Screening
Workstations, 30 days data storage as
described in this document, and with
consideration of the operational and
security requirements.”

10 Clause Clause Clause shall be read as “The image


14.9.24 (n) - amended processing GUI must be reasonably
Page TS protected against human errors. For
(AS&IT) 135 example: Marking a threat or POI and
then saving the image as “Clear” must
not be allowed from the GUI. In such
cases, the GUI shall prompt the user
with his contradicting actions for
review and change.”

11 Clause Clause Clause deleted


14.9.24 (0) - deletion
Page TS (AS
& IT) 135
12 Clause Clause Clause shall be read as “Connection to
30.3.2 (c) - amended Remote Units shall be via any of the
Page TS following technologies mentioned
(AS&IT) 251 under 30.3.3 or 30.3.4:”

13 Clause Clause Clause shall be read as “The RF


30.3.6 (a) - amended distribution system for distributing the
Page TS combined RF signal from all services to
(AS&IT) 252 the common antenna system shall be
based on Hybrid DAS technology. The
architecture of the system shall consist
of a Master Distribution Unit (MDU) to
be housed at the central radio site and
multiple Remote Distribution Units
(RDU’s) housed in the Access layer
communications rooms (ALCR’s) of the
airport buildings. “

14 Clause Clause Clause shall be read as “Detailed


3.1(a); amended engineering, which includes
TS(AS&IT)- preparation of detailed shop drawings
21 in BIM and CAD, as required to meet
the specified performance
requirements, regardless of the bill of

CHENNAI TB PH-II COR-VI Page 4


quantities and layout shown on the
drawings;”

15 Clause Clause Shall be read as “Materials and


3.2.1(a) line amended standards of workmanship are to fully
1&2; comply with the standards noted in
TS(AS&IT)- this section.”
22
16 Clause 5.1; Insertion of “Refer to the Structured Cabling System
TS (AS&IT) - new clause section of this document for specification
35 as 5.1.1 details of the (communications and
server) equipment racks.”

17 New Sub- Insertion of New sub-section title “Video Wall


section 8.3.5 new sub- Display Screens”
- Page TS section
(AS&IT) 49
18 New Clause Insertion of “The Video Wall Display Screens shall
8.3.5(a) - new clause meet the technical requirements
Page TS defined in Display Hardware Clause
(AS&IT) 49 12.6, except the bezel gap shall be
3.5mm or less (measured screen to
screen).”

19 New Clause Insertion of “The new video shall display the CCTV
8.3.5(b) - new clause images of new T2 and existing T1, T4.
Page TS The Contractor shall integrate
(AS&IT) 49 existing T1 and T4 CCTV system for
display of CCTV images. Necessary
development in the existing T1 and
T4 CCTV system shall be carried out
by AAI.”

20 Section 11; Multiple All references of “ACS” within Section 11


TS(AS&IT)- clauses shall be read as “BACS”.
70 to amended
TS(AS&IT)-
95
21 Clause Clause Clause shall be read as “If a flight has
12.8.2(a)i); amended announced boarding, the FIDS
TS(AS&IT)- boarding announcement shall display
110 at the bottom of ETV screens.”

22 Clause Clause Shall be read as “Contractor shall


14.9.19(c) amended supply, install and commission
line 1 & 2 ; Recheck Workstations with all
TS(AS&IT)- accessories, and interfacing with
133 Central Image Processor.”

CHENNAI TB PH-II COR-VI Page 5


23 Clause Clause Word “Client equipment” shall be read
23.4.2.1(a) amended as “servers and associated equipment”.
line 2 ;
TS(AS&IT)-
184
24 Clause Clause Add “with the Engineer-in-charge” to the
23.4.2.2(a)v amended end of the clause.
iii); line – 2
TS(AS&IT)-
185
26 Clause Clause Clause deleted
24.2.3.2(b); deletion
TS(AS&IT)-
195

27 Clause Clause Clause deleted


24.2.3.3(b); deletion
TS(AS&IT)-
195
28 Section 28; Multiple all references of “ACS” within Section 28
TS(AS&IT)- clauses shall be read as “SACS”.
205 to amended
TS(AS&IT)-
227
29 Section 29; Multiple all references of “ACS” within Section 29
TS(AS&IT)- clauses shall be read as “BACS”.
228 to amended
TS(AS&IT)-
248
30 Clause Clause Clause shall be read as “The IBMS shall
30.1(e); amended be installed in the ‘IBS Room’ located
TS(AS&IT)- on the Arrival level.”
249
31 Clause Clause Clause shall be read as “RDUs shall be
30.3.8(b); amended mounted together with associated
TS(AS&IT)- combining equipment in a 45U rack
254 enclosure (top and bottom entry) and
located in Communications Rooms. All
RDUs shall be locked, secured and
managed properly. All RDUs shall be
clearly marked with a laser-printed
label in accordance with TIA 606A that
defines its function. Labels must be
laser printed made from bright-
coloured low-profile heat-resistant
polyester for fixing on the equipment.”

CHENNAI TB PH-II COR-VI Page 6


32 Clause Clause Clause shall be read as “All machines
13.5.1(b); amended should operate on 230V AC 50 Hz
TS(AS&IT)- power supply and should be able to
118 withstand voltage fluctuations in the
range of 170V to 260 V and Frequency
fluctuations +/- 5 %”
7. The last date of submission of the bid has been extended upto 28.02.2018 at
1800 hrs. The modified date for various activities shall be as follows:
Bid Submission End Date 28.02.2018 upto 1800 hrs.
Last date and time of submission of original
BG/ Demand Draft/ FDR against EMD and
Tender processing Fee, signed hard copy of 05.03.2018 upto 1800 hrs.
AAI Unconditional Acceptance Letter and
singed Integrity pact.
Bid Opening Date (Cover-I) 06.03.2018 at 1100 hrs.

Bid Opening Date (Cover-II) To be intimated later on


through CPP portal

Bid Opening Date (Cover-III) To be intimated later on


through CPP portal

8. Bidders are hereby informed that no further request for extension of last date of
submission of bid shall be consider.

9. All other terms and conditions shall remain the same.

10. This Corrigendum-VI (07 page) shall become part of Agreement.

Sr. Manager (Engg.-Civil)


AAI, Chennai Airport Desk
O/o ED Engg. – SR
CHQ, Rajiv Gandhi Bhawan,
Safdarjang Airport, New Delhi-110 003

CHENNAI TB PH-II COR-VI Page 7

Potrebbero piacerti anche