The Airports Authority of India is inviting e-tenders for the construction of a Perimeter Road at Birsi Airport, Gondia, with an estimated cost of Rs. 337.13 Lacs and a completion period of three months. Eligible contractors must meet specific prequalification criteria, including experience in similar works, financial turnover, and necessary registrations. Key dates for bid submission and opening are provided, along with requirements for documentation and compliance with various regulations.
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0 ratings0% found this document useful (0 votes)
28 views6 pages
ROAD Tendernotice 2
The Airports Authority of India is inviting e-tenders for the construction of a Perimeter Road at Birsi Airport, Gondia, with an estimated cost of Rs. 337.13 Lacs and a completion period of three months. Eligible contractors must meet specific prequalification criteria, including experience in similar works, financial turnover, and necessary registrations. Key dates for bid submission and opening are provided, along with requirements for documentation and compliance with various regulations.
1. Item Rate e-tenders are invited through the e-tendering portal
(https://etenders.gov.in/eprocure/app) by Asstt. General Manager (Engg-Civil), Airports Authority of India, Gondia Airport, Gondia, Maharashtra– 441601 (Bid Manager) on behalf of the Chairman, AAI from the eligible contractors for the work of “Construction of Perimeter Road along the newly constructed/ extended Runway towards RWY 22 end at Birsi Airport, Gondia, Maharashtra” at an estimated cost of Rs. 337.13 Lacs (Excluding GST) with period of completion 03 (Three) months. 2. Tender processing fee of Rs. 1180.00/- (Rs. 1000.00 for Tender fee and Rs. 180.00 GST) non- refundable will be required to be paid online on CPP Portal only. 3. Earnest Money Deposit (EMD) of Rs. 6,74,260.00/- will be required to be paid online on CPP portal only. Tenders not accompanied by the requisite earnest money will be summarily rejected. 4. The NIT is published on https://etenders.gov.in/eprocure/app and www.aai.aero. Prospective bidders may visit above website for further details. 5. The tendering process is online on GeM-CPP Portal at website https://etenders.gov.in/eprocure/app. Prospective Tenderers may download and go through NIT and tender document. 6. For technical guidance on submission of e-tender on CPP Portal, bidders may visit the Help to Contractor/Information about DSC/Guideline for Hassle free bid submission/FAQ/Bidders Manual Kit section of above website. 7. For any technical queries regarding bid submission, bidders should contact on contact details given at contact us section of above website. CRITICAL DATES Publishing Date 04.10.2024
Bid Document Download / Sale Start Date 05.10.2024 from 09:30 hrs.
Clarification Start Date 05.10.2024 from 09:30 hrs.
Clarification End Date 18.10.2024 upto 18:00 hrs.
Bid submission Start Date 05.10.2024 from 09:30 hrs.
Bid submission End Date 25.10.2024 upto 18:00 hrs.
Bid Opening Date (Envelope/Cover-I) 28.10.2024 at 11:00 hrs.
Bid Opening Date (Envelope/Cover-II) 11.11.2024 at 11:00 hrs.
[C-NIL, I-NIL, O-NIL] eNIT-1
8. Qualifying requirements of Bidders (Prequalification/Technical Criteria): - 9. 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) or substantially completed (Substantially completed works means the those works which has been completed financially 80% or more of contract value.) three works, each of Rs. 134.85 Lacs (excluding GST) or two works, each of Rs. 168.57 Lacs (excluding GST) or one work of Rs. 269.70 Lacs (excluding GST) in single contract of similar nature of works during last seven years ending on 30.09.2024. For the purpose of this NIT, the Similar Nature of the Works means “Experience in completion of Rigid/ Flexible pavement works in Airfield, National Highways/ Expressways, harbor pavements, State Highways, Urban roads, M.D.R. etc. with MORTH/ CPWD/ State PWD Specifications” 10. Client certificate for experience should show the nature of work done, the value of work, date of start, date of completion as per agreement, actual date of completion and satisfactory completion of work etc. The Client Certificate of Experience/Work Done Certificate should be submitted in the prescribed format as per Form-1. 11. Tenderers showing work experience certificate from non- government/non-PSU organizations should submit copy of tax deduction at sources (TDS) certificate(s). The TDS certificate along with a certificate issued by registered Chartered Accountant, clearly specifying the name of work, total payment received against the work and TDS amount for the work. All the certificates issued by CA should have Unique Document Identification Number (UDIN) verifiable on https://udin.icai.org/. 12. The details of similar works completed during last seven years as per prequalification criteria shall be submitted in the given format as per Form–2 with supporting documents issued by client. 13. For the Experience Certificates of works completed in pre-GST era, Completion amount will be divided by 1.12 (to exclude pre-GST Taxes) to make it at par with experience certificates of post GST era which is excluding GST. 14. In case the bidder submits Work Experience Certificate for executing work on back-to-back basis, then it is acceptable only if the following conditions are fulfilled: a. Work should be actually executed by the second agency (sub-contractor) with due concurrence/approval from of the owner/client and there should be tripartite agreement between owner, main contractor and subcontractor. The value of work done by sub- contractor should be clearly specified in the Work Experience Certificate which should be issued by main contractor and concurred by client. b. TDS certificate should be issued by main contractor to subcontractor along with a certificate issued by registered Chartered Accountant, clearly specifying the name of work, total payment received against the work and TDS amount for the work.
[C-NIL, I-NIL, O-NIL] eNIT-2
15. Experience gained in composite works for the specialized nature of works which were executed by main contractor either by in-house expertise & experience or by engaging the specialized agencies with the approval of main client as per contract conditions. In such cases, main contractor as well as specialized agency both may get the experience certificate for the same work from their respective client(s) i.e. main contractor for composite work along with specialized works from owner and specialized agency for specialized works(s) from the main contractor. In this situation, the experience certificate of either specialized agency or main agency having in-house expertise & experience, who has actually executed the specialized works(s), shall be considered for Technical/Pre-qualifying criteria in similar specialized nature of work(s). 16. 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 of bid submission. 17. Should have Average Annual Financial Turnover of Rs. 101.14 Lacs on construction works during last three years ending 31st March of the previous financial year. The Financial Information shall be submitted in the given format as per Form-3. Tenders showing continuous losses during the last three years in the balance sheet shall be summarily rejected. 18. Should have a minimum net worth of Rs. 50.57 Lacs issued by certified Chartered Accountants. The Certificate should be submitted in the given format as per Form- 4. 19. Should have PAN registration 20. Should have GST registration 21. Should have EPF registration 22. Should have ESIC registration 23. Should not be blacklisted by any govt. dept. Undertaking in this regard to be submitted in the Form-5 24. The requirement of T&P is mentioned in the Tender document. In case agency do not own required plant and machinery, an undertaking to this effect that the same shall be provided either by purchase or lease hold basis if work is awarded to them, to be submitted in the Form- 6 along with the bid and deployment shall be as per requirement at site decided by the Engineer- in-Charge. 25. A bidder shall not have any conflict of interest (the Conflict of Interest) that affects the bidding process. Any bidder found to have a Conflict of Interest shall be disqualified. Not more than one tender shall be submitted by one tenderer with different names of firm or tenderers having business relationship. Under no circumstance will father and his son(s) or other close relations who have business relationship with one another (i.e. when one or more partner(s)/director(s) are common) be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tenders of both parties liable to rejection. Undertaking to this effect to be submitted in the Form-7. 26. Tenderer who has downloaded the tender from Central Public Procurement Portal (CPPP) website http://etenders.gov.in/eprocure/app, shall not tamper/modify the tender form including downloaded price bid template in any manner. In case if the same is found to be tampered/modified in any manner, tender will be completely rejected and EMD would be
[C-NIL, I-NIL, O-NIL] eNIT-3
forfeited and tenderer is liable to be debarred from submission of tender in AAI as per extant rules. Undertaking in this regard to be submitted as per Form-8. 27. Requirement of registration by the Bidder from a country sharing land border with India based on order No. F No. 6/18/2019-PPD dated 23/07/2020 of Government of India, Ministry of Finance, Department of Expenditure (Public procurement Division) with up to date amendments, regarding restriction under Rule 144(xi) of the General Financial Rules (GFR) 2017 shall be applicable. Bidder shall submit scanned copy of Undertaking in Form-9 on Company’s letter head in this regard. 28. Envelope/Cover-II: - The Financial e-Bid through CPP portal. 29. All rates shall be quoted in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the tenderers. Tenderers are required to download the BOQ file, open it and complete the blue colored (unprotected) cells with their respective financial quotes and other details (such as name of the tenderer). No other cells should be changed, once the details have been completed, the tenderer should save it and submit it online, without changing the filename. If the BOQ file is found to be modified by the tenderer, the bid will be rejected. 30. Bid Submission: - 31. The tenderer shall submit their bids only in the specified Cover/Envelope at CPP Portal: http://etenders.gov.in/eprocure/app. Document uploaded at any other location will be considered as non-submission of documents. The Tenderer are advised to upload crisp and clear legible documents and should be scanned from original documents. PDF Documents scanned from original documents shall only be uploaded. Uploading of document scanned from xerox/photocopy of the original document is not acceptable. Bid documents may be scanned with 100 dpi with black and white settings. Successful bidder will be required to submit all original documents or certified copy of original document (when original documents cannot be submitted) which were uploaded by him on CPP Portal after opening of bid and completion of bid process. 32. If the bidder has any query related to the Bid Document of the work, they should use 'Seek Clarification' on CPP portal to seek clarifications. No other means of communication such as email or post in this regard shall be entertained. 33. Following 2 Envelopes/Covers shall be submitted through online at CPP-portal by the tenderer as per the following schedule. 34. Envelope/Cover-I (Fee/Prequalification/Technical): Bid containing following: a. Tender fee payment document. b. EMD payment document. c. Unconditional Acceptance of all terms and condition of tender as per Form-10 d. Tender form as per Form-11 e. Work Experience Certificates in the prescribed Form-1 as per Prequalification criteria along with TDS certificate from client and Certificate from CA (for experience from private clients only). f. Details of similar works completed during last seven years in Form-2. g. Turnover Certificate showing turnover for last 3 years in Form-3 along with abridged copy
[C-NIL, I-NIL, O-NIL] eNIT-4
of Balance Sheet and Profit & Loss Statement. h. Net Worth Certificate in Form-4. i. PAN & GST Registration Certificate. j. EPF Registration Certificate. k. ESIC Registration Certificate. l. Undertaking regarding not blacklisted in Form-5. m. Undertaking regarding deployment of required manpower and T&P in Form-6 n. Undertaking' regarding Blacklisting/ Debarment as per Form- 7. o. Undertaking regarding not having conflict of interest in Form-8. p. Undertaking in Form-9. q. Power of Attorney on Rs.100/- stamp paper duly notarized in case the tender document is not signed by Original Proprietor/All Partners/All Directors of respectively Proprietary Firm/Partnership Firm/LLP/Company. r. Affidavit regarding compliance of all labour laws and payment of minimum wage in Form 12. s. Undertaking regarding GST in Form 13. t. Bidders information in prescribed proforma as per Form 14. u. Digitally signed complete tender document. 35. Refund of EMD 36. EMD deposited by all the bidders except the confirmed lowest bidder shall be returned within one week from the date of opening of the financial bid. EMD of the successful bidder shall be returned on receipt of Security Deposit equivalent to EMD amount/ performance bank guarantee. 37. Bids Opening Process is as below: 38. Envelope/Cover-I (Fee/Prequalification/Technical): 39. Envelope-I containing documents uploaded by the tenderers shall be opened on date & time mentioned in CRITICAL DATE SHEET. 40. If any clarification is needed from the tenderer about the deficiency in his uploaded documents in Envelope - l, he will be asked to provide it through CPP portal, if required. The tenderer shall upload the requisite clarification/documents within time specified by AAI, failing which it shall be presumed that bidder does not have anything to submit and bid shall be evaluated accordingly. 41. The intimation regarding acceptance/rejection of their bids will be intimated to the tenderers through CPP portal. 42. Envelope/Cover-II (Financial Bid): 43. Envelope-II containing financial bid of the tenderers found to be meeting the technical criteria and qualifying requirements shall be opened on date & time mentioned in CRITICAL DATA SHEET. (In case the date and time for opening of Envelope-II (Financial bid) is required to be changed, the same shall be intimated through CPP Portal). 44. 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.
[C-NIL, I-NIL, O-NIL] eNIT-5
45. AAI reserves the right to disallow the working agencies whose performance at ongoing project 46. (s) is below par and usually poor and has been issued letter of restrain/Temporary or Permanent debarment/black listing by any department of AAI or Central /State Govt. Depts./PSUs/World Bank/ ADB etc. 47. AAI reserves the right to verify the credential submitted by the tenderer at any stage (before or after the award the work). If at any stage, any information /documents submitted by the applicant is found to be incorrect/false or have some discrepancy which disqualifies the tenderer then AAI shall take the following action: 48. Forfeit the entire amount of EMD submitted by the tenderer and the Security Deposit recovered upto that time, if any. 49. The tenderer shall be liable for debarment for period upto two years from tendering in AAI, including termination of the contract apart from any other appropriate contractual/legal action. 50. Consortium/JV companies shall not be permitted. 51. Purchase preference to Central Public Sector Undertaking shall be applicable as per the directive of Govt. of India prevalent on the date of acceptance. 52. Concessions to Indian Micro & Small Enterprises (MSEs) units registered with DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and Handloom etc., to be given as per the provisions of Public Procurement Policy for MSEs order 2012 with up to date amendments, shall be applicable for tenders of supply/services and shall not be extended to construction work. 53. Tenders have to submit Unique Document Identification Number (UDIN) generated documents like Balance Sheet/ Turnover certificate, Working Capital Certificate (works done during last 5 financial years & works in hand), Net worth Certificate, Tax Deduction at Source (TDS) Certificates for Non-Govt. works etc. as per NIT conditions duly certified by CA and having UDIN. The documents submitted by bidders without UDIN shall not be entertained. 54. Department of Promotion of Industry and Internal Trade (DPIIT), Ministry of Commerce and Industry, Government of India, issued Public Procurement (Preference to Make in India), Order 2017 vide OM No. P-45021/2/2017-PP(BE-II) dated 16.09.2020 is applicable.
-Sd-
Asstt. Gen. Manager (Engg-Civil)
AAI, Gondia Airport. For & on behalf of the Chairman, Airports Authority of India
Signature Not Verified
Digitally signed by PANKAJ GOVARDHAN [C-NIL, I-NIL, O-NIL] KAMBLE eNIT-6 Date: 2024.10.04 14:42:18 IST Location: eProcurement System for Central PSUs