Corporate Head Quarters,: Support-Eproc@nic - in
Corporate Head Quarters,: Support-Eproc@nic - in
Corporate Head Quarters,: Support-Eproc@nic - in
: 2019_AAI_23526_1]
1. Design & Build (EPC) e-tenders are invited through the CPP portal by AGM (Engg-Civil),
WR (Bid Manager) on behalf of Chairman, AAI from the eligible EPC Contractors for the
composite work of “Extension of Existing Terminal Building at Goa Airport Dabolim,
Goa, India – On Design & Build Basis (EPC) (i/c of Civil, Mechanical, Electrical,
Plumbing, Fire Fighting, HVAC, Airport Systems, IT, Furniture & Signage’s,
modifications to existing terminal building and allied works.” at an estimated cost of
INR 144.21 Cr (Excluding GST) and excluding cost of Operation and Maintenance and
AICMC for 2 year during DLP ( Defect Liability Period) & 5 Year after DLP with period of
completion 21 (Twenty One) Months (including 04 (Four) Months considered for Rain of
02 (Two) Monsoon Seasons.
WNIT - 1
Bidders are requested to kindly mention the URL of the Portal and Tender ID in the
subject while emailing any issue along with the contact details.
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
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 in favour of Airports Authority of India payable at
New Delhi from Nationalised 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 upto date specified in the CRITICAL
DATA SHEET at page WNIT-2. The details of Demand Draft, physically sent, should tally
with the details available in the scanned copy and the data entered during bid submission
time.
WNIT - 2
of signed Integrity Pact (Appendix-XVIII))
(i) Agency should have Permanent Account Number (PAN) & GST Registration Number
(to be given by all Members in case of JV/ Consortium).
(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 68.07 Crores or two works, each of Rs. 85.09
Crores or one work of Rs. 136.14 Crores in single contract on Design & Build
Basis/EPC Mode of similar nature* during last seven years ending on last date or
extended last date of submission of bids.
*Works of Similar nature shall mean Composite Centrally Air condition Building works
like Construction of Airport Terminal Buildings, Commercial Complexes, Shopping Malls,
Institutional Buildings, Office Buildings, 5 Stars Hotels, Hospitals etc. during last seven
WNIT - 3
years ending on last date or extended last date of submission of bid. The composite
work shall include components of Civil, Electrical, HVAC and Fire Fighting & fire Alarm
System works etc.
Note:- For execution of specialized works such as Escalators & Elevators the
successful bidder shall engage approved OEMs for SITC work and OEM or authorized
service dealer for O&M and AICMC. For execution of Substation work , the successful
agency shall engage suitable licensed contractors, if in house competency is not
available.
The value of executed work shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum calculated from date of
completion to last date of submission of tenders/ 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. Firms showing work experience certificate from
non-government/non-PSU organizations should submit copy of tax deduction at
sources certificate in support of their claim for having experience of stipulated
value of work.
(iii) Should have annualized average financial turnover of Rs 51.05 Crores against works
executed during last three years ending 31st March of the previous financial year (2017-
18). As a proof, copy of Abridged Balance Sheet along with Profit and Loss Account
Statement of the firm should be submitted along with the application. Firms showing
continuous losses during the last three years in the balance sheet shall be summarily
rejected.
(iv) Bid Capacity: Financial bids of the bidder will only be opened if their available bid
capacity is more than Rs. 170.17 Cr. Available bid capacity will be calculated based on
the following formula.
Available Bid Capacity = B =2NT-A
Where,
B = is the bidding capacity
N = Maximum value of Civil Engineering works executed in any one year
during the last 5 (five) years (updated the completed works to current
costing level of enhancing at a simple rate of interest @7% per annum).
T = is the numbers of years prescribed for completion of the work in
question i.e 1.75 years.
A = is the value of the existing commitments and ongoing works to be
WNIT - 4
completed in the next 1.75 years.
Note: Financial data for latest last five financial years has to be submitted by the
tenderer in Annexure-D. The financial data in the prescribed format shall be certified by
the Chartered Accountant/ Company Auditor with his stamp and signature in original
with membership number. Value of existing commitments for on-going construction
works during period of 21 months w.e.f. 01.02.2019 has to be submitted by the
tenderer in Annexure-E. These data shall be certified by the Chartered Accountant/
Company Auditor with his stamp and signature in original with membership number.
(v) The agency should have a minimum solvency of 40% of Estimated Cost of Work i.e. Rs.
68.07 Crores, certified by its bankers.
(vi) Documents related to name & registered office address of the applicant contractor / firm
/ joint venture company (to be given by all members in case of JV /Consortium)
(vii) Power of Attorney for Authorized signatory
(viii) Scanned copy of Affidavit for Minimum Wages (Annexure-5) on Non- Judicial stamp
paper of Rs. 100/-.
(ix) Scanned copy of Undertaking regarding GST (Annexure-6)
(x) Scanned copy of Undertaking regarding Blacklisting/ Debarment (Annexure-7) on Non-
Judicial stamp paper of Rs. 100/-
(xi) 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. Agency shall also submit an undertaking
in this regard as per Annexure-8.
(xii) 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.
(xiii) Digitally Signed Tender Document along with Corrigendum, if any.
(xiv) Consortium Agreement in case of Joint Venture, if any.
(xv) PQ Proforma duly filled (Annexure-B).
WNIT - 5
iii) A detailed and valid agreement (as per Annexure–C) exists between the consortium
members defining clearly the role, responsibility and scope of work of each member
along with nomination of leader for the purpose of this work commensurate with their
experiences and capabilities and a confirmation that the members of the consortium
assume joint and several responsibilities. It shall be mandatory for lead partner to
attend all progress review meetings at site and CHQ and answerable to all issues
relating to project.
iv) The leader of the Consortium of firm shall meet 80% of the qualification criteria as
defined in para A (ii), A (iii) and A(iv) 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 consortium shall meet 40% of the qualification
criteria as defined in para A (ii) , A (iii) and A (iv) above.
v) Both the Consortium firms should jointly possess the required T&P, machinery and
manpower and should produce self-attested documentary proof of owning and
possessing required machinery.
vi) In addition to B (i) to B (iv) above, qualification criteria defined in para A shall be met
fully / jointly by both the members of Consortium or as a single unit of joint venture.
(i) In case of one similar work of Rs 136.14 Cr., either of partner must
have done one similar work of Rs 136.14 Cr. (ii) In case of 2 similar
works of Rs 85.09 Cr each, one partner must have done one similar
work of Rs 85.09 Cr and the other partner should have completed one
similar work Rs 85.09 Cr. (iii) Similarly, in case of three similar works of
Rs 68.07 Cr, one partner must have done two similar works of each of
Rs 68.07 Cr. and other partner should have completed one similar
work of Rs 68.07 Cr.
(ii) In respect of financial turnover of as per 2(iii) either of firm must have
financial turnover as per 2(iii) i.e Rs. 51.05 Cr.
(iii) In respect of bid capacity of as per 2 (iv) either of firm must have bid
capacity as per 2(iv) i.e Rs. 170.17 Cr.
(iv) In case of joint venture / Consortium, full value of the work, if done by
the same joint venture shall be considered. However, if the work done
by them in another JV/consortium, value of work as per their
percentage participation shares in that JV shall only be considered.
C. (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 scanned 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:
WNIT - 6
a) Name & Address of Accredited Agent whom Principal firm likely to hire for
purchase & upload tender document on their behalf.
b) Foreign Principal firm is solely responsible for the Financial bid (Quote) submitted
by Accredited Agent.
c) Those Foreign Principal firm(s) not having registered office in India shall, required
to establish office in India and comply all statutory 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. In case Indian
firms are participating as Joint Venture (JV), the submission of tender shall be as
follows :
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
b) 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).
iii) Foreign eligible firms, shall submit their self-attested turnover and work
experience for overseas / foreign works duly apostil or attested by Indian embassy in
that country or embassy of certificate issuing country in India. 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 before acceptance of bid.
a. 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.
b. The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of interest @7% per annum,
calculated from the date of completion to the last date or extended date of
submission of bid.
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
WNIT - 7
release of payment and necessary deduction as per tender conditions and relevant
laws shall be made.
a. The companies/firms, who intend to get qualified on the basis of experience of the
subsidiary/ parental company/group company, shall not be considered and vice
versa. 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. 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).
vii) Foreign eligible firms, shall submit their self-attested turnover and work
experience for overseas / foreign works duly apostil or attested by Indian embassy in
that country or embassy of certificate issuing country in India . 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 before acceptance of bid.
a. 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.
ix) 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 and necessary deduction as per tender conditions and relevant
laws shall be made.
Scanned copy of all the Documents of Envelope –I and Envelope –II mentioned above
shall be submitted on the CPP portal. Original/Hard Copy of EMD in the form of Demand
Draft /Bank Guarantee(as per proforma given in Appendix-1A along with Undertaking given
at Appendix- XI-A)/FDR, Tender fee, hard copy of signed Unconditional Acceptance of AAI’s
Tender Conditions as well as signed original Integrity Pact to be sent to the Bid Manager
[AGM (Engg-Civil) WR, Airports Authority of India, CHQ, B-Block, 3rd Floor, Opposite
of Room No. 368, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi – 110003] on or
before date & time mentioned in table of CRITICAL DATA SHEET on page WNIT-2. The
bidder who fails to submit the original documents before the stipulated time then their tender
will be summarily rejected. Any postal delay will not be entertained. (If sending through post,
kindly sent only through speed post).
EMD of the value of Rs. 169.21 Lakhs (Rupees One Hundred Sixty Nine Lacs Twenty
One Thousand Only) shall be accepted offline only in the form of Demand Draft /Bank
Guarantee(as per proforma given in Appendix-1A along with Undertaking given at Appendix-
XI-A)/FDR from a Nationalized or any scheduled bank (but not from cooperative or Gramin
bank). The EMD of Joint Venture/Consortium shall be in the name of the Joint
Venture/Consortium that submits the bid.
AAI Bank & Account details for preparation of Bank Guarantee are as follows:
Name of Account Holder: Airports Authority of India
Name of Bank: State Bank of India
Bank Address: Rajiv Gandhi Bhawan, New Delhi-110003
IFSC Code: SBIN0017180
Account No.: 11084236539
Refund of EMD
The refund of EMD to bidders who fail to qualify the eligibility/technical stage shall be
initiated automatically within 7 days of their rejection. For all bidders who qualify and their
financial bids are opened the refund of EMD of all vendors except L-1 shall be processed
within 7 days of opening of the financial bid.
WNIT - 9
Envelope-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 blue coloured (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. Bid Submission: -
The tenderer shall submit their application along with duly filled PQ Performa
(Annexure-B) only at CPP Portal: https://etenders.gov.in/eprocure/app.
Tenderer/Contractor are advised to follow the instructions provided in the tender
document at Annexure “A” 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 fee. 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.
4. Not more than one tender shall be submitted by one contactor or contractors 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.
5. 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.
WNIT - 10
Envelope-II: Envelope-II opening date shall be as mentioned in CRITICAL DATA
SHEET at page no. WNIT-2 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 his uploaded documents in Envelope – I
and Envelope – II, he will be asked to provide it through CPP portal. The bidder shall
upload the requisite clarification/documents within time specified by AAI. If no
documents are uploaded or the required documents are uploaded/submitted after the
due date of submission of such documents, then, the bid will be evaluated based on the
documents submitted till the due date of submission of such document and decision
taken.
7. 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.
8. 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:
b) The agency shall be liable for debarment from tendering in AAI, apart from any other
appropriate contractual/legal action.
10. The Accepting Authority reserves the right to allow the public enterprises purchase
preference facilities as admissible under the existing policy on the last date of
submission of bid.
11. If the entity participating in any of the tenders is a private or public limited company,
Partnership firm or proprietary firm and any of the Directors/ Partners/Proprietor of
such company is also a director of any other company or partner of a concern or a sole
proprietor having established business with AAI and has outstanding dues payable to
the Authority, then the said entity shall not be allowed to participate in AAI tenders.
BID MANAGER
AGM (Engg.-Civil),WR
Airports Authority of India
O/o ED Engg. – WR
CHQ, Rajiv Gandhi Bhawan,
New Delhi-110 003
WNIT - 11
ANNEXURE-B
PQ-PROFORMA
To be uploaded by applicants along with Tender Application in Envelope-II
WNIT - 16
4.1.1 Name of Work:
4.1.2 Nature of work done
4.1.3 Work order / Agreement No. & date
4.1.4 Date of Start
4.1.5 Date of Completion as per agreement
4.1.6 Actual Date of Completion
4.1.7 Actual Completion Cost
4.1.8 Completion certificate issuing authority
name and designation
4.1.9 Details of TDS Amount
4.2 Work No. 2
4.2.1 Name of Work:
4.2.2 Nature of work done
4.2.3 Work order / Agreement No. & date
4.2.4 Date of Start
4.2.5 Date of Completion as per agreement
4.2.6 Actual Date of Completion
4.2.7 Actual Completion Cost
4.2.8 Completion certificate issuing authority
name and designation
4.2.9 Details of TDS Amount
4.3 Work No. 3
4.3.1 Name of Work:
4.3.2 Nature of work done
4.3.3 Work order / Agreement No. & date
4.3.4 Date of Start
4.3.5 Date of Completion as per agreement
4.3.6 Actual Date of Completion
4.3.7 Actual Completion Cost
4.3.8 Completion certificate issuing authority
name and designation
4.3.9 Details of TDS Amount
5.0 Annual Financial Turnover –
Should have annualized average financial
turnover of Rs 51.05 Crores against works
executed during last three years ending 31st
March of the previous financial year (2017-18).
5.1 Copy of Abridged Balance Sheet along with Profit
and Loss Account statement of the firm
5.1.1 Year 2015-16
5.1.2 Year 2016-17
WNIT - 17
5.1.3 Year 2017-18
5.1.4 Average
5.2 Continuous losses for the last three years under
profit and loss account statement of balance
sheet, if any
5.2.1 Year 2015-16
5.2.2 Year 2016-17
5.2.3 Year 2017-18
6.0 The agency should have a minimum solvency of
40% of Estimated Cost of Work i.e. Rs. 68.07
Crores, certified by its bankers.
7.0 Affidavit for Minimum Wages as per Annexure -5
on non-judicial stamp paper of Rs. 100/-.
8.0 Undertaking regarding GST as per Annexure-6.
9.0 Undertaking regarding Blacklisting / Debarment as
per Annexure-7 on non judicial stamp paper of
Rs. 100/-.
10.0 Undertaking regarding Deployment of T & P as per
Annexure-8.
11.0 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.
12.0 Digitally signed Tender Document along with
Corrigendum.
13.0 Details of Consortium Agreement, if any.
14.0 Auditor’s Certificate for Bid Capacity
15.0 Details of any other information