NIT Digitally Signed
NIT Digitally Signed
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:-
Tenderers are requested to mention the URL of the Portal and Tender ID in the subject while
emailing any issue along with the contact details.
(ii) For any further technical assistance with regard to functioning of CPP portal the tenderer may
contact to the following AAI help desk numbers on all working days only between
Tender processing fee of Rs. 1770.00 (including GST) non-refundable will be required to be paid
online on CPP portal only.
Earnest Money Deposit (EMD) of Rs.14,63,080.00 will be required to be paid online on CPP
portal . Contractors may have the option to submit EMD in the form of insurance surety
bonds or Bank Guarantee (BG) paper from a nationalized or any scheduled bank but not from co-
operative of Gramin / Rural Bank (Scheduled or Non-Scheduled Bank).
NIT-1
The Bank Guarantee (PBG/BG-SD/FBG) in accordance with bank details as:
Bank Details:-
CORPORATE NAME :AIRPORTS AUTHORITY OF INDIA
BANK NAME :ICICI BANK
IFSC CODE :ICIC0000007
BG ADVISING MESSAGE :IFN760COV (BG ISSUE)
IFN767COV(BG AMENDMENT)
Unique Identifier Code (7037) : AAIRHQNER
Please note that the issuing bank while issuing/ amending the BG, should ensure that the above
information is correctly captured in the message i.e. IFN760COV /IFN767COV.
While submitting the documents to BG issuing bank, the bidder will also submit letter to
the issuing bank as per the formats mentioned in Appendix-XI-A & Annexure-VIII of
tender document. The BG Format as per Appendix-I-A
Advisory for applicant and its BG issuing branch is also mentioned in the clause 51 SCC Page
SCC-P-17 of Special Conditions of Contract.
Please note that under no circumstances bid procedure related queries shall be referred to the
Independent External Monitors (IEMs)
2. Following 2 envelopes shall be submitted through online at CPP-portal by the Tenderer as per
the following schedule:
CRITICAL DATA SHEET
NIT-2
Tenderer is required to upload the scanned copy of receipt of online payment of Tender fee
and EMD.
(a) If EMD not paid online on CPP portal:
1) Scanned copy of Insurance Surety Bond / BG against EMD with copy of the SFMS
(Structured Financial Messaging System) BG confirmation message sent by BG
issuing bank to ICICI bank if EMD not paid online on CPP Portal (as per Appendix-IA,
Annexure-VIII) along with letter of undertaking (as per Appendix – XIA).
(iii) Scanned copy of Permanent Account Number (PAN) and GST Registration Number.
(v) Scanned copy of Form- A - details of similar works completed during last seven with
completion certificate issued by client (Performa given as per Annex-III).
(vi) Scanned copy of Form- B - Financial Information (Performa given as per Annex-IV).
(vii) Scanned copy of Form- C – Net Worth (Performa given as per Annex-V).
(viii) Scanned copy of signed Integrity Pact as per APPENDIX –XVIII of GCC.
(ix) Bidder shall submit scanned copy of ‘Undertaking’ on Company’s Letter Head that I/ We
will deploy sufficient plant and machinery as per the requirement of work in consultation
with the Engineer-in-Charge (E-I-C) to achieve the milestones/targets and overall
completion within the time period. (Performa given as per Annex-VI).
(x) Certificate from Chartered Accountant for TDS deduction in Non-Govt. / Non-PSU
organization works along with TDS Certificate (Performa given as per Annex-VII).
(xi) Bidders other than propriety firm shall submit, scanned copy of Authorization Letter/ Power
of Attorney along with copy of Certificate of Incorporation of the Company under
Companies Act showing CIN/LLPIN/Name of Directors of the Company & Copy of Board
Resolution regarding Authority to assign Power of Attorney.
(xii) Proprietary firm shall submit scanned copy of Authorization Letter/ Power of Attorney only
if the tender is processed by a person other than proprietor.
(xiii) PQ Performa duly filled.
B. Qualifying requirements of contractors/ tenderers containing the following:
(i) Should have satisfactorily completed (# Phase/Part completion of the scope of work in a
contract shall not be considered, however pre-determined phasing of the work will be
accepted) three works, each of Rs.2,92,61,600.00 or two works, each of Rs.3,65,77,000.00
or one work of Rs.5,85,23,200.00 in single contract of similar nature of work i.e. “Airport
Terminal Building / Institutional Building / Commercial building/ Industrial building”
during last seven years ending last day of month previous to the one in which tenders are
invited.
The details of similar works completed during last seven years in the given format-Form-A
with supporting documents issued by client.
NIT-3
Note:-
1) 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 but excluding GST.
2) Experience gained by executing work on back-to-back contract/ Sub-contract basis is
acceptable in the following conditions:
(a) Work should be actually executed by the second agency (sub-contractor) with due
concurrence of the owner as tripartite agreement/ written approval. It should be backed by
valid agreement and experience certificate.
(b) Payments received by second agency should be reflected in TDS certificates.
3) Experience gained in composite works for the specialized nature of works (List of
Specialized Items / Jobs/ Works are mentioned at Para 35.3 of AAI Works Manual) 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 get the experience certificate for
the same work from their respective client(s) i.e. main contractor for composite work along
with specialized works from owner and specialized agency for specialized work(s) from the
main contractor.
In this situation, the experience certificate of either specialized agency or main agency
having in-house expertise & experience, who has actually executed the specialized work(s),
shall be considered for Technical /Pre-qualifying criteria in similar specialized nature of
work(s).
“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 previous day of last day of submission of bids”.
Client certificate for experience should show the nature of work done, the value of work, date
of start, date of completion as per agreement, actual date of completion and satisfactory
completion of work. Tenderers showing work experience certificate from non-
government/non-PSU organizations should submit copy of tax deduction at sources
(TDS) certificate(s) along with a certificate issued by registered Chartered Accountant,
clearly specifying the name of work, total payment received against the work and TDS
amount for the work (Performa given as per Annex-VII).
ii) Should have Average Annual Financial Turnover of Rs.2,19,46,200.00 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 – Form-B (Performa given as per Annex-
IV). Tenderers showing continuous losses during the last three years in the balance sheet shall
be summarily rejected.
iii) The Tenderer should have a minimum net worth of Rs.1,09,73,100.00 issued by certified
Chartered Accounts. The Certificate should be submitted in the given format- Form-C
(undertaking as per Annex-V to be submitted).
Scanned copy of all the Documents of Envelope-I mentioned above shall be submitted on
the CPP portal. If EMD not paid online on CPP Portal, Original / Hard copies of Insurance
Surety Bond/ BG against EMD is required to be submitted/sent to the Sr. Manager (Engg-
Civil), AAI, RHQ,NER, Guwahati Airport, Guwahati-781015, M. no. 8287262283 on or
before date & time mentioned in CRITICAL DATE SHEET. The bidder, whose Insurance
Surety Bond /BG against EMD are not received by the date & time mentioned in critical
NIT-4
data sheet, then their tenders will be liable to be rejected. Any postal delay will not be
entertained.
3. Refund of EMD
EMD amount of the rejected bidders will be refunded to their source account after submission
of Technical / Financial evaluation report on CPP portal by bid Manager.
4. Bid Submission:
The tenderer shall submit their application only at CPP portal:
https://etenders.gov.in/eprocure/app. Tenderer / Contractor are advised to follow the
instructions provided in the tender document for online submission of bids. Tenderers are
required to upload the digitally signed file of scanned documents as per para 2. Bid documents
may be scanned with 100 dpi with black and white option which helps in reducing size of the
scanned document.
Uploading of application in location other than specified above shall not be considered. Hard
copy of application shall not be entertained.
5. Not more than one tender shall be submitted by one tenderer or tenderers having business
relationship. Under no circumstance will father and his son(s) or other close relations who have
business relationship with one another (i.e. when one or more partner (s) / director(s) are
common) be allowed to tender for the same contract as separate competitors. A breach of this
condition will render the tenders of both parties liable to rejection.
6. Tenderer who has downloaded the tender from Central Public Procurement Portal (CPPP)
website 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
forfeited and tenderer is liable to be banned from doing business with AAI.
7. Bids Opening Process is as below:
Envelope-I: (Technical bid and Pre-qualification):
Envelope-I containing documents as per para 2 (A) and (B) (uploaded by the tenderers) shall
be opened on date & time mentioned in CRITICAL DATA SHEET.
If the bidder has any query related to the Bid Document of the work, they should use ‘Seek
Clarification’ on CPP portal to seek clarifications. No other means of communication in this
regard shall be entertained.
If any clarification is needed from the tenderer about the deficiency in his uploaded documents
in Envelope – I, he will be asked to provide it through CPP portal, 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
NIT-5
accordingly.
The intimation regarding acceptance / rejection of their bids will be intimated to the tenderers
through CPP portal.
Envelope-II: (Financial Bid):
Envelope – II containing financial bid of the tenderers found to be meeting the technical
criteria and qualifying requirements shall be opened on date & time mentioned in CRITICAL
DATA SHEET. (In case the date and time for opening of Envelope-II (Financial Bid) is
required to be changed, the same shall be intimated through CPP portal).
8. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI also reserves the right to call off tender process at any stage without assigning
any reason.
9. AAI reserve the right to disallow the working agencies whose performance at ongoing
project (s) is below par and usually poor and has been issued letter of restrain / Temporary /
Permanent debarment / black listing by any department of AAI or Central / State Govt. Depts
/ PSUs / World Bank / ADB etc. AAI reserve the right to verify the credential submitted
by the tenderer at any stage (before or after the award the work). If at any stage, any
information / documents submitted by the applicant is found to be incorrect / false or
have some discrepancy which disqualifies the tenderer then AAI shall take the following
action:
(a) Forfeit the entire amount of EMD submitted by the tenderer
(b) The tenderer shall be liable for debarment from tendering in AAI, including
termination of the contract apart from any other appropriate contractual / legal
action.
10. Consortium / JV companies shall not be permitted.
11. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directives of Govt. of India prevalent on the date of acceptance.
12. 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.
13. Tenderers have to submit Unique Document Identification Number (UDIN) generated
documents like Balance Sheet / Turnover certificate, 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.
-sd-
Sr. Manager (E-C)
For & behalf of Chairman,
Airports Authority of India,
RHQ, NER,Guwahati-781015
NIT-6