Ref No: AAI/VNS/AGM(E-E)/e-NIT-1/2022-23 Date 19.04.
2022
NOTICE INVITING E-TENDER
(Tender ID: 2022_AAI_110913 _1)
1. Item rate e-tenders are invited through the e-tendering CPP portal by Asstt. General
Manager (E-E), Airports Authority of India, LBSI Airport, Varanasi -221006 on behalf of
Chairman, AAI from the eligible contractors for the work of “Provision of Automatic sliding
gate for Gate no.01 at LBSI Airport, Varanasi” at an estimated cost of Rs. 24,15,641.00
(excluding GST) with period of completion 04 (Four) Months.
The tendering process is online at CPP-portal URL address
https://etenders.gov.in/eprocure/app or www.aai.aero. Prospective tenderers 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 24x7 Help Desk details are as
below:-
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593,
Email: [email protected].
Tenderers 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
(ii) 08:00 hrs to 20:00 hrs (Mon-Sat)-
011-24632950, Ext-3512(Six Lines), E-Mail: -
[email protected](iii) 09:30 hrs to 18:00 hrs (Mon-Fri)-
011-24632950 Ext-3523, E-Mail:-
[email protected],
[email protected] and
[email protected].
(iv) 09:30 hrs to 18:00 hrs (Mon-Fri)-
011-24657900, E-Mail: -
[email protected]{ C- Nil, I- Nil, O- Nil, OW- Nil} eNIT-1
Tender processing fee of Rs 1180.00 (i/c GST) Non-refundable will be required to be paid
online through payment gateway on CPP portal, through Net Banking (SBI & other banks) &
NEFT/RTGS payment gateway integrated/mapped with CPP Portal.
2. Following 2 envelopes shall be submitted through online at CPP-portal by the Tenderer as
per the following schedule:-
CRITICAL DATA SHEET
Publishing Date Date 19.04.2022
Bid Document Download / Sale Start Date Date 20.04.2022 from 930 hrs.
(Next Day of Publishing Date)
Clarification Start Date Date 20.04.2022 from 930 hrs.
Clarification End Date Date 25.04.2022 upto 1200 hrs.
Bid Submission Start Date Date 20.04.2022 from 930 hrs.
Bid Submission End Date Date 11.05.2022 from 1500 hrs.
Bid Opening Date (Envelope-I) Date 12.05.2022 from 1600 hrs.
Bid Opening Date (Envelope-II) Date 19.05.2022 from 1100 hrs.
Tender Processing Fee- Online Rs 1180.00 (i/c GST) (Non-refundable)
online payment through state Bank of India
gateway provided at the CPP portal
Earnest Money Deposit (EMD) Rs 48,313.00 (Earnest Money Deposit paid
through online payment gateway on CPP
Portal).
Envelope-I (Tender processing fee, EMD, Technical Bid and Pre-qualification): Bid
Containing following:
(A) Tender processing fee & EMD :
Scanned copy of Tender Processing Fee & Earnest Money Deposit (EMD) paid
through payment gateway on CPP portal, through Net Banking (SBI & other banks) &
NEFT/RTGS payment gateway integrated/ mapped with CPP Portal.
(B) Technical Bid containing the following :
(i) Scanned copy of Unconditional Acceptance of AAI’s Tender Conditions. (As per
Annexure-I/Page-PR-1-2).
(ii) Scanned copy of Permanents Account Number (PAN) and GST Registration Number.
(iii) Scanned copy of 'Undertaking' regarding Blacklisting/Debarment (as per Annexure-
II/page-PR-3) on Company’s letterhead.
(iv) Companies other than propriety firm shall submit, scanned copy of Authorization
Letter/Power of Attorney along with copy of Certificate of Incorporation of the
{ C- Nil, I- Nil, O- Nil, OW- Nil} eNIT-2
Company under Companies Act showing CIN/LLPIN/Name of Directors of the
Company & Copy of Board Resolution regarding Authority to assign Power of
Attorney.
Proprietary firm shall submit scanned copy of Authorization Letter/Power of
Attorney only if the tender is processed by a person other than proprietor.
(v) Scanned copy of Tools and Plant Undertaking (as per Annexure-IV/page-PR-5) on
Company’s letterhead.
(vi) EPF & ESIC Registration Certificate
(vii) Should possess valid electrical contractor license.
(viii) PQ Performa duly filled.
(C) Qualifying requirements of contractor / 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. 9,66,256.00 or two works, each of
Rs. 12,07,821.00 or one work of Rs. 19,32,513.00 in single contract of similar nature
of “SITC of electrically operated Automatic Sliding Gate” during last seven years
ending on last date (extended date) of submission of bids in India.
Note : The experience certificate of works completed pre GST era, completion
amount will be divided by 1.12 (to exclude pre GST tax of VAT 12%) to make it at par
with experience certificates of post GST era but excluding GST.
“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 submission of bid.
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 along with a certificate issued by registered Chartered
Accountant, clearly specifying the name of work, total payment received against
work and TDS amount for the work.
(ii) Should have annualized average financial turnover of Rs. 7,24,692.00 against works
executed during last three years ending 31st March of the previous financial year. As
{ C- Nil, I- Nil, O- Nil, OW- Nil} eNIT-3
a proof, copy of Abridged Balance Sheet along with Profit and Loss Account
Statement of the firm should be submitted along with the application. Tenderer
showing continuous losses for the last three years in the balance sheet shall be
summarily rejected.
(iii) The tenderer should have minimum net worth of Rs. 3,62,346.00 issued by certified
Chartered Accountant (as per Annexure-III/page-PR-4).
Scanned copy of all the Document of Envelope-I mentioned above shall be submitted
on the CPP portal.
Refund of EMD:
The refund of EMD to tenderers who fail to qualify in the eligibility/technical criteria, shall be
initiated within 7 days of their rejection. For all tenderers who qualify and their financial bids
are opened, the refund of EMD of all such tenderers except L-1 shall be processed within 7
days of opening of financial bid.
Envelope-II: - (Financial Bid): 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 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 white coloured (unprotected) cells with
their respective financial quotes and other details (such as name of the Tenderers). No other
cells should be changed. Once the details have been completed, the Tenderers 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 only at CPP portal:
https://etenders.gov.in/eprocure/app. Tenderer/Contractor are advise to follow the
instruction provided in the tender document for online submission of bids. Tenderers are
required to upload the digitally signed file of scanned documents as per Para2. 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 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.
{ C- Nil, I- Nil, O- Nil, OW- Nil} eNIT-4
5. Tenderer who has downloaded the tender from Central Public Procurement Portal (CPPP)
website https://enteders.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.
6. Bids Opening Process is as below:-
Envelope-I: (Tender processing fee, EMD, Technical bid and Pre-qualification) :
Envelope-I containing document as per Para 2(A), (B) and (C) (uploaded by the tenders) 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
regards 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 or email 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.
The intimation regarding acceptance/rejection of their bid 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).
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 reserves the right to disallow issue of tender document to working agencies whose
performance at ongoing project(s) is below par and unusually poor and has been issued
letter of restrain / Temporary /Permanent debarred by any department of AAI or
Central/State Govt. Depts./PSUs/World Bank/ ADB etc. AAI reserves the right to verify the
credential submitted by the tenderer at any stage (before or after the award of 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 firm.
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.
{ C- Nil, I- Nil, O- Nil, OW- Nil} eNIT-5
9. Consortium /JV companies shall not be permitted.
10. Purchase preference to Central Public sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.
11. 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 not be Applicable.
12. Tenderer have to submit 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) Certificate 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.
Asstt. General Manager (E-E)
AAI, LBSI Airport, Varanasi
For & on behalf of Chairman, AAI
{ C- Nil, I- Nil, O- Nil, OW- Nil} eNIT-6