AIRPORTS AUTHORITY OF INDIA CHENNAI INTERNATIONAL AIRPORT, CHENNAI DEPARTMENT OF OPERATIONS NOTICE INVITING E-TENDER

Similar documents
CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01

CONTRACT:CC-18 J TENDER DOCUMENTS

FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI

CPP Portal Tender ID: 2016_DoPTG_109745_1

CPP Portal Tender ID: 2017_DoPTG_246667_1

E-procurement Tender Notice

Date: Ref. No.: AAI/GY/SME (E)/eNIT- 09/Solar/ NOTICE INVITING e-tender Tender ID _ 2017_AAI_ Item rate tenders are invited

Maintenance Contract for providing and replacement of damaged toughened glasses at NDRU, SJSU, DKV, DACY & APOT stations of Airport Line.

Setting up & Operation of 24x7 IVRS Helpline for Delhi Metro Rail Corporation Ltd.

CONTRACT NO: OCW-148. Supply, Erection and Fixing of view cutter over viaduct between Mandi House and Pragati Maidan Metro Station.

Installation of Anti Bird Nesting PVC net in depot & main line OHE Masts and Portals.

BIDDING DOCUMENT. For. Procurement of Goods. USIC/2016/Annual maintenance contract for Bruker Discover D8 X-ray diffractometer

NOTICE INVITING TENDER (NIT)

GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA. Ref. No.:- AAI/GOA/MT/HIRING/2018 DT:

CONTRACT NO: CCM-77/2016 VOL-I DELHI METRO RAIL CORPORATION LTD.

AIRPORTS AUTHORITY OF INDIA

CONTRACT NO: OCW-61. Notice Inviting Tender (NIT) DELHI METRO RAIL CORPORATION LTD.

CONTRACT NO: CCM-57/2016 VOL-I DELHI METRO RAIL CORPORATION LTD.

2. Receipt of Bids : Latest by 2.00 pm on Technical Bid Opening : at 2.30 pm on

CONTRACT NO: OCH-158. Maintenance of horticulture works at Depot, Staff Quarters and RSS at Sarita Vihar. Notice Inviting Tender (NIT)

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

"Refilling of Argonite Gas cylinders (300 Bar, 80 Ltr ) in Airport Line"

NOTICE INVITING TENDER (NIT)

E-TENDER FOR HIRING OF COMMERCIAL VEHICLE (NON-AC CAR) ON MONTHLY DUTY AT STPI-KOLKATA

NOTICE INVITING TENDER (NIT) e-tender

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: CC-131

NOTICE INVITING TENDER (NIT)

Construction and development of Parking at stations and miscellaneous works at Noida-Greater Noida Metro Corridor and Depot CONTRACT NO: NC-10

AIRPORTS AUTHORITY OF INDIA R.G. Bhawan, New Delhi IMU-(ELECTRICAL ENGINEERING WING) TENDER DOCUMENT

DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of INDIA & GNCTD) Tender Document

NOTICE INVITING TENDER (NIT) INR Crore

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement (Volume-3).

at 13:30 hrs

FACILITY MANAGEMENT SERVICE For PD area at Huda City Centre Metro Station CONTRACT NO: CPD-49 NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) Bid Notification No.: WC/MIS-Website-DM/ THROUGH e-tendering PROCESS

Sub: Tender for printing of Green Good Deeds(GGDs) Diaries (Multicolour) for Ministry of Environment, Forest and Climate Change- reg.

Tender document is also available for viewing on the website of Employees State Insurance Corporation i.e., & DEAN.

ICAR-NATIONAL BUREAU OF PLANT GENETIC RESOURCES PUSA CAMPUS, NEW DELHI

Notice Inviting Tender for Supply, Installation & Commissioning of Box Compression Tester

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Ref. No. P&S/F.2/OR/198/ Date:

Document Download Start Date & time (e-tender) Lac at Hrs

NOTICE INVITING e-tender

Chennai Metro Rail Limited, Chennai ,India.

NOTICE INVITING e-tender (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIET No GM/TECH/TSECL/18-19/ 23 Dated- 08/03/2019

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

Open Tender. Form Of Contract Tender Category Goods No. of Covers 2 General Technical Evaluation. ItemWise Technical Evaluation No Allowed

Tender for supply of Course Material-Books. Ref: CDACH/Pur/17/CM/0817 Date: September 4, 2017

QUOTATION ENQUIRY HOSTEL FURNITURE

BHARAT HEAVY ELECTRICALS LIMITED

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIT No TSECL/Corp. Office/16-17/31 Date:

(A statutory body of Govt of Kerala)

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

NOTICE INVITING LIMITED E-TENDER

West Bengal Transport Corporation Limited

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

PURCHASE ENQUIRY. Shall contain the price bid. This envelope shall be marked PART-B as Price Bid for NIT No. 146/1700E30260 dated (PRICE BID) PART-B:

UNIVERSITY OF DELHI DELHI

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT

THE STATE TRADING CORPORATION OF INDIA LTD (A GOVT. OF INDIA ENTERPRISE)

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

भ रत य प रब ध स स थ न र यप र

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)

ICAR-NATIONAL DAIRY RESEARCH INSTITUTE SOUTHERN REGINAL STATION ADUGODI POST BANGALORE

ONLINE TENDER DOCUMENT SECURITY SERVICES TENDER.

Bank Note Paper Mill India Private Limited, Mysore

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Tender Document for providing Manpower Services at CBSE Regional Office, Bhubaneswar

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : AMC for Bunkering Stream Equipment in CHP

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

NOTICE INVITING E-TENDER

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

Chennai Metro Rail Limited, Chennai ,India.

CENTRALELECTRONICSLIMITED (APublicSectorEnterprise) TENDER DOCUMENT. for

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

/ :55 P.M :00 A.M.

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

Tender No 18 / GM / CARD / ENVT / LTE / Dt

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: PANCHKULA

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Transcription:

FOR AAI WEB SITE AIRPORTS AUTHORITY OF INDIA CHENNAI INTERNATIONAL AIRPORT, CHENNAI - 600 016 DEPARTMENT OF OPERATIONS NOTICE INVITING E-TENDER (3 Envelope Open Tender) 1. Item rate Tender are invited from authorised manufactures/dealers through the CPP e-tendering portal by the Asst. General Manager (E - E)OPS, Airports Authority of India Chennai Airport, Chennai (Bid Manager) on behalf of Chairman, A.A.I. for the work Supply of Three-in-one S.S. Dustbins at Chennai Airport at an estimated cost of Rs. 49,46,667.00 (Forty Nine Lakhs Forty Six Thousand Six Hundred Sixty Seven ) 2. The tendering process is online at E-Portal URL address http://etenders.gov.in/eprocure/app. Aspiring bidders may go through the tender document by Login CPP Portal. 3. Prospective Tenderers are advised to get themselves acquainted for e-tendering participation requirements at Instruction for online bid submission (Refer Annexure E ) of Tender Document), register themselves at NIC e-tender portal, obtain User ID & Password and go through the Self Help files available in the Home Page after log in to the portal http://etenders.gov.in. They should also obtain Class III Digital Signature Certificate ( DSC) in parallel which is essentially required for submission of their application. The process of obtaining digital signature normally takes 03 day time. The tenderer may also take guidance from AAI Help Desk Support (contact details mentioned in tender document) 4. Tender fees of Rs. 560.00 (Tender fee of Rs. 500+ GST of Rs. 60) non-refundable will be required to be paid by way of offline in the form of Demand Draft / Bankers cheque from Nationalized or scheduled bank(but not from co-operative or Gramin Bank) in favour of AAI payble at Chennai. 5. EMD of the value Rs. 98,934.00 shall be accepted offline in the form of Demand Draft / Bankers cheque from Nationalized or scheduled bank (but not from co -operative or Gramin Bank) 6. MODE OF SUBMISSION OF ORIGINAL TENDER COST, EMD AMOUNT and UN- CONDITIONAL ACCEPTANCE LETTER: Original DD towards Tender fee, Original DD towards EMD or documents required for availing exemption of tender fee and EMD for NSIC / MSEs, hard copy of signed Unconditional Acceptance of AAI s Tender conditions to be sent to the Office of Asst. General Manager (E E)-Ops, AAI, Chennai International Airport, Chennai- 600 016 and should reach before the date & time as specified in critical dates. Tender of the tenderer whose Tender fee, EMD and Unconditional acceptance of AAI s Tender conditions, are not received on or before 02.11.2017 up to 1730 hrs then their tenders will be summarily rejected. Any postal delay will not be entertained. The details of the Tender Cost, Earnest Money Deposit (EMD Unconditional acceptance of AAI s Tender conditions and the scanned copies furnished at the time of bid submission online should be the same otherwise the Tender will be summarily rejected. 7. Tender document may be downloaded from CPP portal: https://eprocure.gov.in/eprocure/app and Airports Authority of India web site www.aai.aero (for reference only) as per the schedule as given in CRITICAL DATE SHEET as under 1

8. Critical Dates: Sl. No. Description Date Time 1 Upload Date in e-portal 20.10.2017 At 1200 hrs 2 Bid Document Download Start Date & Time 20.10.2017 At 1200 hrs 3 Clarification Start Date & Time 20.10.2017 At 1200 hrs 4 Bid Submission Start Date & Time (Online) 20.10.2017 At 1200 hrs 5 Clarification End Date & Time 25.10.2017 Upto 1730 hrs 6 Bid Document Download End Date & Time 31.10.2017 Upto 1730 hrs 7 Bid Submission End Date & Time (Online) 31.10.2017 Upto 1730 hrs 8 Last date for offline submission of original documents of tender fee, EMD and unconditional acceptance letter in the office 02.11.2017 Upto 1730 hrs O/o Bid Manager. (No postal delay will be accepted) 9 Bid Opening of physical documents (Fee Cover 03.11.2017 At 1100 hrs Original) Offline 10 Date of Opening Bid I 03.11.2017 At 1130 hrs 11 Date of Opening Bid - II Shall be intimated on CPP portal 12 Date of Opening Bid - III Shall intimated on CPP portal NOTE: AAI may at its discretion extend / change the schedule of any activity by intimating the bidders through a notification on the e-tender portal. 9. Exemption from paying tender fees & Earnest Money Deposit 9.1 Micro and Small Enterprises (MSEs) registered with District Industries Centers or Khadi and Village Industries commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicraft and Handloom or any other body specified by the Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006, and further amendments for goods produced and service rendered shall be issued Tender Documents free of cost and shall be exempted from paying Earnest Money Deposit (EMD). 9.2 Price Preference: The price preference to MSEs shall be applicable as per prevailing government norms / public procurement policy. 9.3 DOCUMENT REQUIRED FOR AVAILING EXEMPTION OF TENDER FEE AND EMD FOR NSIC / MSEs: The following procedure is adopted for the bidders registered with NSIC / MSEs: The MSEs who intent to claim benefits under MSME act, shall fulfill the following, otherwise they run the risk of their bid being passed over as INELIGIBLE for the benefits applicable to MSEs and their bid will not be considered for evaluation. i) MSEs which are specified by the Ministry of Micro, small and Medium, Enterprises under MSMED Act 2006 and Public Procurement Policy, 2012 as Manufacturing / Service Enterprises should have registered with NSIC under its Single Point Registration Scheme (SPRS). 2

ii) NSIC certificate with monetary limit indicated should be valid on the scheduled date / extended date of submission of tender. Certificate without monetary limit will not be considered. iii) The items of Product / Services mentioned under NSIC certificate should be the same or iv) similar to the tendered items (Schedule of Items of Tendered). The Monetary limit stipulated in the NSIC certificate of MSEs should be equal or more than the value of work(s) / Supply is/are In hand (Progress) awarded under MSME benefits during the financial year plus estimated cost of this tender for availing EMD exemption. v) If monetary limit is less than the value of work(s) / Supply is / are In hand (Progress) awarded under MSME benefits during the financial year plus estimated cost of this tender, they should obtain Competency Certificate from NSIC for participating in this tender as well as to avail MSME benefits. The competency certificate should be uploaded in the Cover 1. MSEs shall submit the Performa attached in Annexure D duly attested by Notary Public. During the bid evaluation, EMD exemption shall be granted to the NSIC / MSEs registered firm. In case the NISC / MSMEs registration certificate is found invalid during evaluation, the bid of such bidder shall be rejected. 10 Bid Submission: Bidders are advised to visit website regularly to keep themselves updated as any change / modification in the tender will be intimated through this web site only. Bids shall be submitted online only at CPP portal: https://eprocure.gov.in/eprocure/app. Tenderer/ Contractor are advised to follow the instructions Instructions to Bidder for Online Bid Submission provided in the Annexure E for online submission of bids. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. The Following 3 Envelopes shall be submitted through online CPP - portal by the bidders. Last date and time of submission of bids (cover 1, 2, 3) is 31.10.2017 up to 1730 hrs. 10.1 Envelope I: - i. Scanned copy of Tender fee of value Rs.560.00 in the form of Demand Draft as stipulated in Notice Inviting Tender in favour of AAI payable at Chennai. (For tender fee exemption, refer Para 9) ii. iii. iv. Scanned copy of earnest money deposit (EMD) of value Rs. 98934.00 in the form of Demand Draft (as applicable) as stipulated in Notice Inviting Tender. Scanned copy of duly signed Unconditional Acceptance letter of AAI s Tender Conditions (Annexure - A), Scanned copy of Valid EMD & Tender fee Exemption letter along with letter of undertaking from the depositor to Bank if applicable. / Valid Registration certificate of MSE s which are registered under MSME act if applicable (For EMD & Tender fee exemption, refer Para 9) and MSME declaration/affidavit as per Annexure - C. 10.2 Envelope II: - Containing qualifying requirements of Contractor / Firm: i. Authorization Letter/Power of Attorney / Undertaking if the Agency is a Proprietary concern. ii. iii. Scanned copy of Experience certificates or Purchase orders with satisfactory completion certificate. Scanned Copy of Manufacturer/Authorised Dealer Registration Details iv. Scanned Copy of PAN, GST registration details. v. Copies of Turnover Certificate, along with abridged Balance Sheet showing Profit & Loss for the last three years ending 31.03.2016 3

vi. Scanned copy of declaration for non- blacklisting or non-debarment.. (Annexure-B) vii. PQ Performa and Checklist (Annexure-D) Hard copy of application shall not be entertained. Qualifying Requirements of Contractors / Firms a) Should possess GST Registration. b) Should possess PAN (Permanent Account Number). c) Should be manufacturer or authorized dealer. d) Shouldn t be blacklisted or debarred by any Govt. organization. e) Should have executed similar nature of works during last 7 years ending on 30.09.2017. One work of minimum 50% of estimated cost i.e. Rs. 24.73 lakhs. or Two works of minimum 30% of estimated cost i.e. Rs. 14.84 lakhs.or Three works of minimum 20% of estimated cost i.e. Rs. 9.89 lakhs. or Four works of minimum 15% of estimated cost i.e. Rs. 7.42 lakhs. or Five works of minimum 12% of estimated cost i.e. Rs. 5.94 lakhs. Similar works means Supply of SS moulded dustbins, SS moulded furniture, SS moulded counters and SS moulding related supply orders. Current costing shall be arrived 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. In support of the same Scanned copies of Purchase Orders with its satisfactory Completion Certificate / Experience Certificate of having completed similar nature of work meeting the above requirement shall be uploaded. Note:- The above work / order should have been satisfactorily completed (Phase / Part completion of work in a contract shall not be considered) and its completion certificate should show the nature of work done, the value of work, date of start, 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. f) Should have average annualized financial turnover of Rs.14.84 lakhs for the last three financial years ending on 31.03.2016, upload scanned copy of Turnover certificate along with Balance Sheets, Profit & Loss Accounts Statement for last 3 financial years. 10.3 Envelope - III: The tenderer shall upload the digitally signed Schedule of price bid in the form of BOQ.xls Bidders may please note, the schedule of quantities is attached in the portal. The same (BOQ) shall be downloaded and be filled in the editable (un protected) cells only and they should necessarily submit their financial bids in the format provided after entering the financial quotes, name of the bidder etc. Bidders are requested to note that they should necessarily submit their financial bids 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 white 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. 4

11 Bid Opening Process is as below:- 11.1 Physical Documents (Original DD tow ards Tender fee (b) Original DD towards EMD, or relevant documents for exemption of tender fee and EMD (c) hard copy of signed Unconditional Acceptance of AAI s Tender conditions shall be opened on 03.11.2017 at 1100 hrs. 11.2 Envelope I: Scanned documents of tender fee, EMD, Unconditional acceptance letters shall be opened on 03.11.2017 at 1130 hrs. 11.3 Envelope II: Pre-Qualification bid opening date shall be intimated on CPP portal. 11.4 Envelope III: Financial bid opening date shall be intimated on CPP portal. If any clarification is needed from the bidder about the deficiency in his uploaded documents in Cover-II, he will be asked to provide it through Short fall documents folder in e-tendering portal. The bidder shall upload the requisite clarification/documents within time specified by AAI, failing which tender will be liable for rejection. The financial bids of the contractors / firms found to be meeting the qualifying requirements and technical criteria. 12 AAI reserves the right to accept or reject any or all applications without assigning any reasons thereof. AAI also reserves the right to call off tender process at any stage without assigning any reason. 13 The firm / tenderer who are blacklisted / debarred by any PSU or departments of Govt. of India or State Government shall not participate in the tender. A declaration to that effect shall be submitted by the parties as per prescribed form (Annexure-B) 14 AAI reserves the right to disallow the issue of tender documents 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 credentials 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: 14.1 Forfeit the entire amount of E.M.D submitted by the firm. 14.2 The agency shall be liable for debarment for 3 (three) years from tendering in AAI, apart from any other appropriate contractual / legal action. 15 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. Asst. General Manager (E- E) - OPS AAI, Chennai Airport 5

ACCEPTANCE LETTER (TO BE SUBMITTED IN Envelope- I ) To Asst. Gen. Manager (E E)-Ops, Airports Authority of India, Chennai International Airport, Chennai 600 027 Tamil Nadu ANNEXURE-A Sir, ACCEPTANCE OF AAI S TENDER CONDITIONS Reg. 1. The tender documents for the work Supply of Three-in-one S.S. Dustbins at Chennai Airport. have been issued to us by Airports Authority of India and I / We hereby certify that I / we have inspected and read the entire terms and conditions of the tender document and I / We shall abide by the conditions / clauses contained therein. 2. I / We hereby unconditionally accept the tender conditions of AAI s tender documents in its entirety for the above work. 3. The contents of clause 26.2 & 26.3 of Notice Inviting Tender of the Tender documents have been noted wherein it is clarified that after unconditionally accepting the tender conditions in its entirety. It is not permissible to put any remarks / conditions (except unconditional rebate on price if any) in the tender enclosed and the same has been followed in the present case. In case, this provisions of the tender is found violated after opening Cover- I, I / We agree that the tender shall be rejected and AAI shall without prejudice to any other remedy be at liberty to forfeit the 10% of said earnest money absolutely. 4. That I / We declare that I / we have not paid and will not pay any bribe to any officer of AAI for awarding this contract at any stage during its execution or at the time of payment of bills, and further if any officer of AAI asks for bribe / gratification, I will immediately report it to the Appropriate Authority of AAI. 5. The required earnest money as specified in Page No.33 of under Schedule-B for this work is enclosed herewith/submitted. Details of DD for EMD. DD No. Amount Rs. Bank Dated. Yours faithfully, Place: Date: SIGNATURE OF THE TENDERER WITH COMPANY SEAL 6

ANNEXURE-B DECLARATION FOR NON BLACK LISTING/DEBAR. (TO BE SUBMITTED in Envelope-II) Name of work: Supply of Three-in-one S.S. Dustbins at Chennai Airport. I... (Name), aged.. years, S/o (Name), Proprietor / Managing Partner / Managing Director of... (Name of the Agency) do hereby solemnly affirm and state as follows: I am competent to swear this affidavit on behalf of. (Name of Agency), I state that our agency. has not been blacklisted/debarred by any PSU/Govt. Undertaking/Govt. Department Dated this, the day of... month.year. DEPONENT 7

ANNEXURE-C (To be submitted in Non-Judicial Stamp Paper value of Rs.100.00 and to be uploaded in Envelope-I Folder) DECLARATION (For MSE Units only) I, on behalf of M/s. in the capacity of (Position) hereby declare that 1.Our MSE Unit(s) is/are availing benefits extended by MSME, Government of India to Micro and Small Enterprises (MSEs) for the work of Supply of Three-in-one S.S. Dustbins at Chennai Airport. invited vide Bid reference number 2. Our MSE Unit(s) has / have not been awarded any work /supply under MSME benefit during the current financial year. OR Our MSE Unit(s) has/have been awarded work / supply for a total value of Rs. (Rupees only) under MSME benefits as on date and same work(s)/supply is/are In hand(progress)/incomplete during the current financial year. Further we confirm that the value of work(s)/supply is/are in hand (awarded under MSME benefits) during the financial year plus estimated cost of this tender has not crossed the Monetary Limit mentioned in NSIC certificate. 3. Our firm is participating in this tender under MSE unit or OPEN BIDDER. NOTE: Strike out the conditions in (2) & (3) whichever is not applicable. Decision on any discrepancy in this DECLARATION shall be at the discretion of AAI and shall be final and binding. ATTESTED BY NOTARY PUBLIC SIGNATURE WITH COMPANY SEAL 8

ANNEXURE-D PQ PERFORMA / CHECKLIST FORMAT TO BE SUBMITTED BY THE BIDDER ALONG WITH APPLICATION FOR SHORT LISTING Supply of Three-in-one S.S. Dustbins at Chennai Airport. Ref. No. Qualifying Criteria Particulars Enclosure Check Lists 1 Name and Address of the firm / contractor 2 Cover 1 shall contain scanned copy of i ii iii iv 3 i ii iii iv vi vii Tender fee ( Rs. 560.00 in the form of DD) EMD (Rs. 98,933.00 in the form of DD) Duly signed scanned copy of Digitally signed Unconditional Acceptance letter(annexure-a) Scanned copy of Valid EMD/tender fee Exemption letter along with letter of undertaking from the depositor to Bank if applicable. / Valid Registration certificate of MSE s which are registered under MSME act if applicable (For EMD exemption, refer para 12.3) and MSME declaration / affidavit as per Annexure-C Cover 2 shall contain scanned copy of Authorization Letter / Power of Attorney / Undertaking if the Agency is a Proprietary concern. Scanned copy of Declaration for Non Black listing. (Annexure-B) Permanent Account No. (PA N) details GST Registration Details. Proof for Registration as dealer or manufacturer in similar nature of work One work of minimum 50% of estimated cost i.e. Rs. 24.73 lakhs. or Two works of minimum 30% of estimated cost i.e. Rs. 14.84 Copy of certificates enclosed : 9

viii ix x xi lakhs. or Three works of minimum 20% of estimated cost i.e. Rs. 9.89 lakhs. or Four works of minimum 15% of estimated cost i.e. Rs. 7.42 lakhs. or Five works of minimum 12% of estimated cost i.e. Rs. 5.94 lakhs Whether experience from Govt. organizations or private clients? In case experience of nongovt./non-psu client, TDS certificate from clients to be enclosed Turn Over: Annualized average Financial Turnover equivalent to Indian Rupees Rs. 14,84,000.00 during last three financial years ending on 31.03.2016 Duly filled PQ Performa and Checklist 4 Cover III shall contain I Financial bid through CPP portal To be uploaded in CPP DECLARATION I, ( ) hereby declare that the documents submitted/enclosed are true and correct. In case any document at any stage found fake/incorrect, my EMD may be forfeited & action as deemed fit by AAI can be taken against me. Place: Date: Signature Authorised Signatory of the Contractor/Firm Note: If any of the supporting documents is submitted in any language other than English, a self attested English Version shall be submitted with the respective document however as mentioned all the documents duly self-attested shall be submitted. 10

INSTRUCTIONS FOR ONLINE BID SUBMISSION Annexure - E The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app. REGISTRATION (i) Bidders are required to enroll on the e-procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link Online bidder Enrollment on the CPP Portal which is free of charge. (ii) (iii) (iv) (v) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / ncode / emudhra etc.), with their profile. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC s to others which may lead to misuse. (vi) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-token. SEARCHING FOR TENDER DOCUMENTS i) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal. ii) iii) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective My Tenders folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk. 11

PREPARATION OF BIDS i) Bidder should take into account any corrigendum published on the tender document before submitting their bids. ii) iii) iv) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF / JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use My Space or Other Important Documents area available to them to upload such documents. These documents may be directly submitted from the My Space area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process. SUBMISSION OF BIDS i) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. ii) iii) iv) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. Bidder has to select the payment option as offline to pay the tender fee / EMD as applicable and enter details of the instrument. Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by as specified in the tender documents. The details of the DD / any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. v) Bidders are requested to note that they should necessarily submit their financial bids 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 white 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. 12

vi) vii) viii) (a) The server time (which is displayed on the bidders dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers. The uploaded tender documents become readable only after the tender opening by the authorized bid openers. Upon the successful and timely submission of bids (ie after Clicking Freeze Bid Submission in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 1. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. ASSISTANCE TO BIDDERS i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. 13

CPPP under GePNIC, Help Desk Services 1. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Numbers are 0120-4200462, 0120-4001002, Mobile: 91826246593 E-Mail: support-eproc@nic.in Note- 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 issues/ clarifications relating to the tender(s) published kindly contact the respective Tender Inviting Authority. 2. For any Policy related matter / Clarifications Please contact Dept of Expenditure, Ministry of Finance. E-Mail: cppp-doe@nic.in 3. For any Issues / Clarifications relating to the publishing and submission of AAI tender(s) a) In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk services have been launched between 0800-2000 hours for the CPPP under GePNIC https://eprocure.gov.in. The help desk services shall be available on all working days (Except Sunday and Gazetted Holiday) between 0800-2000 hours and shall assist users on issues related to the use of Central Public Procurement Portal (CPPP). b) Before submitting queries, bidders are requested to follow the instructions given in Guidelines to Bidders and get their computer system configured according to the recommended settings as specified in the portal at System Settings for CPPP. 4. In case of any issues faced, the escalation matrix is as mentioned below: Sl. No. Support Persons 1 Help Desk Team 2 Jr.Exe.(IT) 3 AGM(IT) 4 5 Jt. General Manager(IT) General Manager(IT ) Escalation Matrix Instant support After 4 Hours of Issue After 12 hours After 24 hours After 03 Days E-mail Address eprochelp@aai.aero sanjeevkumar@aai. aero snita@aai.aero ykkaushik@aai.aer o Contract Numbers 011-24632950, Ext-3512 (Six Lines) 011-24632950, Ext-3505 011-24632950, Ext-3523 011-24651507 gmitchq@aai.aero 011-24657900 Timings* 0800-2000 Hrs. (MON - SAT) 0930-1800 Hrs. (MON-FRI) 0930-1800 Hrs. (MON-FRI) 0930-1800 Hrs. (MON-FRI) 0930-1800 Hrs. (MON-FRI) *The Helpdesk services shall remain closed on all Govt. Gazetted Holidays. The above mentioned help desk number are intended only for queries related to the issues on e-procurement portal and help needed on the operation of the portal. For queries related to the tenders published on the portal, bidders are advised to contact concerned. 14