ENIT
ENIT
1. Tenders are invited from the reputed Travel Agencies, Vehicle Rentals and
other Transport Firms through the NIC CPP e-tendering portal by the
Senior, Manager-Technical Airports Authority of India, Imphal International
Airport, Imphal–795140 (Bid Manager) on behalf of Chairman, AAI for
“Hiring of one (01) No. M.M.Camper Vehicle and one (01) No.
Scorpio/Bolero on Regular Contract Basis at Imphal Airport, Imphal
for Period of One Years” an estimated cost of Rs.26,21,694.00/-
(including GST) for a period of One (01) year and further extendable one
(01) year or more by the satisfactory of Officer-In-Charge in same Terms &
Conditions.
2. Hiring of one (01) No. M.M.Camper Vehicle and one (01) No.
Scorpio/Bolero on Regular Contract Basis at Imphal Airport, Imphal for
Period of One Years. (Year of manufacture is not earlier than 2020) for
Airports Authority of India, Imphal Airport for the mentioned said period
including the hire charges of vehicle, driver, Diesel or Petrol, lubricants oil,
insurance of vehicle i.e. Third party, maintenance & repair etc., on hire
basis for 08 Hrs/day and 80 Kms per day with drivers in shifts as
E-Cover – I [FEE AND PQC COVER] shall contain the following Documents:
(a) Scanned Copy [in PDF Format] of Details of Payment made through
Online SBI Payment Gateway towards Tender Processing Fee of Value
Rs. 1180.00.
(b) Scanned Copy [in PDF Format] of Details of Payment made through
Online SBI Payment Gateway towards Earnest Money Deposit [EMD] of
Value Rs. 52434.00
(d) Scanned Copy [in PDF Format] of Permanent Account Number (PAN).
A 2
(e) Scanned Copy [in PDF Format] of GSTIN Registration.
(h) Scanned copy [in PDF Format] of each Registration Certificate (RC Book)
in support of the vehicle, Should have a minimum of 02 Nos. M.M Camper
and 02 Nos. Scorpio vehicles, commercially registered in the name of the
Bidder / Firm / Proprietor / Owner / Partner OR under the registered
Power of Attorney (POA) and not earlier than 2020 (Year of manufacture).
In case of Partnership Firms relevant Memorandum of Association / Article
of Association / Partnership Deed is also to be uploaded.
(i) Scanned Copy [in PDF Format] of Work Experience Certificates. The
Scope of Works’ Experience shall cover “Providing Vehicle with
driver”.
Firms showing Work Experience Certificate from Non-Government/Non-
PSU Organizations should submit Copy of Tax Deduction at Sources
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 in support of the Claim
for having Experience of Stipulated Value of Work.
(j) Scanned Copy [in PDF Format] of Annual Turnover* Details. The Agency
should have annualized Average Financial Turnover of Rs. 7,86,508.00
(Excluding GST) against works executed during Last Three Years ending
31st March of the Financial Year as per PQ Proforma. 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.
(k) Scanned Copy [in PDF Format] of Net Worth*Details. The tenderer should
have a Minimum Net Worth of Rs. 3,93,254.00 (Excluding GST),
issued by Certified Chartered Accountant.
(l) Scanned Copy [in PDF Format] of PQ Proforma with Duly Signed
Declaration.
A 3
* Tenderers have to submit UDIN generated Documents like Balance Sheet and
Profit & Loss Account, Turnover Certificate, Net Worth Certificate and Tax
Deduction at Source (TDS) Certificates for Non-Govt. Works etc., as per NIT
Conditions duly certified from Chartered Accountant. The Documents submitted
by Bidders without UDIN shall not be entertained.
The tenderer shall upload the digitally signed file of scanned documents, PQ
Performa and Firm’s Bio-Data in support of their meeting each criteria
mentioned above. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document. 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 from AAI. No other
means of Communication in this regard shall be entertained.
E-Cover – II shall contain The Price Bid. The Tenderer shall upload the
digitally signed Schedule of Price Bid in the Form of BOQ.xls. Bidders may
please note that, the Schedule of Quantities is available in the Portal. The same
(BOQ) shall be downloaded and be filled in the editable (un-protected/
Coloured) cells only and they should necessarily submit their Financial Bids in
the format provided after entering the financial quotes, Name of Bidder etc. No
other cells (protected-un-coloured) should be changed. Once the details have
been completed, the bidder should save it and submit it online, without
changing the filename.
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.
Tenderer who has downloaded the tender from Central Public Procurement
Portal 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.
The tenderer is liable to be banned from doing business with AAI.
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
“Short Fall Documents Folder” in e-Tendering Portal. 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. The intimation regarding
Acceptance/Rejection of their bids will be intimated to the Tenderers through
CPP Portal only.
A 4
E-Cover-II: The Financial Bids of the Contractors found to be meeting the
qualifying requirements shall be opened. The Date of Price Bid Opening
given in this NIT is tentative and actual Date and Time of Price Bid
Opening shall be intimated through e-tendering NIC-CPP Portal only.
8. REFUND OF EMD
The Refund of EMD of Tenderers who are not meeting the Eligibility Criteria,
shall be done through Online Mode with immediate effect upon their rejection in
Eligibility/Technical Evaluation. The Financial Bids of Tenderers who are meeting
the Eligibility/Technical Criteria will be opened and the Refund of EMD, shall be
done through Online Mode with immediate effect upon their rejection in
Financial Evaluation except L-1 Bidder as per Evaluation Methodology.
9. 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.
10. AAI reserves 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 or Permanent Debarment/Blacklisting by
Any Department of AAI or Central/State Govt. Depts./PSUs/World Bank/ADB
etc.
11. 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:
A 5