CIAL INFRASTRUCTURES LTD.
(Subsidiary of Cochin International Airport Ltd.)
NOTICE INVITING TENDER
Tender No: CIL/DWRTP/2025-26/08
NAME OF WORK: CONSTRUCTION WORKS OF DEEP WATER RESCUE TRAINING POOL FACILITY AT CIAL
CIAL Infrastructures Ltd., (hereinafter referred to as ‘Employer’), a wholly owned subsidiary of Cochin International Airport Ltd.(CIAL), invites item rate e-tenders from reputed qualified agencies on behalf of CIAL for “Construction Works of Deep Water Rescue Training Pool Facility at CIAL, under Two-bid system (Technical Bid and Price Bid).
SCOPE OF WORK:
The scope of work comprises of Construction of a Deep Water Rescue Training Pool Facility at CIAL premises, including all civil works such as site preparation, earthworks, foundations, RCC structures, waterproofing, architectural finishes, drainage, etc. The scope shall also include complete pool works such as construction of the deep-water training pool, pool lining and waterproofing, filtration and circulation systems, water treatment and disinfection systems, pumps, pipelines, underwater lighting, ladders and safety fixtures, along with all associated Mechanical, Electrical and Plumbing (MEP) works including electrical power supply and distribution, lighting, earthing, control panels, water supply, drainage and ventilation systems.
PROBABLE AMOUNT OF CONTRACT: Rs. 3.47 Cr approx. (excl. GST)
COMPLETION PERIOD:
The period of completion shall be Twelve (12) Months
ELIGIBILITY CRITERIA:
Bidders fulfilling the following requirements shall be eligible for technical qualification:
- The bidder may be an individual, proprietorship firm, partnership firm, company or corporation. Joint Venture Companies / Consortiums shall not be eligible to bid for this work.
- The bidder should have Valid Civil 'A' Class Registration Certificate in CPWD/state PWDs /MES/Railways or any public sector undertakings or have a valid empanelment for civil works with any Public Sector Undertakings/ Govt Agencies for a value equal to or higher than the estimate cost for this work.
- The bidder shall associate with an Electrical contractor having a valid “B” grade (or above) electrical contractors license issued by Electrical Inspectorate and proof of the same shall be submitted. Associated contractor shall not have been debarred from any Ministry or any govt. organization in the last seven years. An undertaking to associate with the work shall be submitted by the associate in their letter head.
- The bidder should have fulfilled either of the three technical expertise (A or B or C) as detailed below:
A. The Bidder should have completed one similar work of value not less than Rs. 2.78 Crores (excluding GST) in a single contract during the last seven years ending on 31.01.2026.
OR
B. The Bidder should have completed two similar works of value not less than Rs. 2.09 Crores (excluding GST) in a single contract during the last seven years ending on 31.01.2026.
OR
C. The Bidder should have completed three similar works of value not less than Rs. 1.39 Crores (excluding GST) in a single contract during the last seven years ending on 31.01.2026.
Similar Work Means:
Construction of RCC structures/ water retaining structures/ swimming pool/ diving pool/tanks etc including MEP works.
(A satisfactory completion certificate from the principle client shall be produced for the work. The certificate shall clearly indicate the components of the project, date of start of work and the completion date of the work. In case the work is executed for Private Clients, copy of the work order, list of major components of work with their value, TDS certificate for all payments received from and copy of final/last bill paid by the client shall be submitted. No documents other than the above-mentioned could be considered as documentary proof for work experience.)
- The annual turnover of the bidder shall be not less than Rs. 8 Crores during any of the last three financial years (2022-23, 2023-24,2024-25). The copy of the audited Balance Sheet and Statement of Profit & Loss of the last three financial years of the bidder shall be submitted as proof of the same.
- The Bidder should have a solvency of not less than Rs. 1.39 Crores certified by the Banker. Solvency certificate should not be older than one year from the date of opening of technical bid.
- The bidder should have a valid PF, ESI and GST registration. Relevant registration documents shall be submitted as proof of the same. The bidder who is currently eligible for any exemption from the PF Authorities, the exemption/relaxation order issued by the concerned Regional PF Commissioner shall be submitted. If the bidder maintains any insurance coverage for the employees instead of ESI, they shall also produce the relevant copy of insurance certificate as proof of evidence.
Note: If any of the documents referred above are not in the name of the bidder, the technical bid submitted by the bidder will be considered as NON-RESPONSIVE.
TENDER SUBMISSION FEE:
The Tender Submission Fee for this work is Rs. 1,180/- (1000/- + GST @ 18%), which has to be remitted through e-tender portal during the bid submission.
EARNEST MONEY DEPOSIT (BID SECURITY):
The Bidder shall remit an Earnest Money Deposit (Bid Security) of Rs. 7,00,000/- (Rupees Seven Lakhs only) through e-tender portal during the bid submission.
DATES FOR DOWNLOADING TENDER DOCUMENTS THROUGH E-TEDNER PORTAL:
The tender document will be available for free download on www.etenders.kerala.gov.in from 16th March 2026 at 1600 Hrs onwards. However, tender document fees shall be payable at the time of bid submission as stipulated in this tender document
SITE VISIT AND PRE-BID MEETING:
Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bid, the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or effect their tender. A Bidder shall be deemed to have full knowledge of the site, whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed.
A pre-bid meeting will be held on 27th March 2026 at 1100 Hrs at the office of CIAL Infrastructures Ltd. Contractors or their representatives who wish to attend the pre-bid meeting shall be duly authorised and the same shall be produced on the day of meeting. Attendees without due authorization shall not be permitted for the meeting.
SUBMISSION OF BIDS:
The Bid proposal shall contain the scanned copies of the following documents, which every bidder must upload in the e-tender portal;
- TECHNICAL BID:
The bidder shall digitally sign and upload scanned copies of the following documents;
-
- Document proof of Eligibility criteria mentioned in the Notice Inviting Tender.
- Tender document with corrigendum (if any) (Documents sealed and signed)
- Unconditional Acceptance Letter (Refer: Tendering Procedures, Tender Forms)
- Authority letter in original or attested by notary not more than one year old of the bidder in favour of the person who has signed the tender documents with telephone number and complete postal address.
- A self-certificate stating that the firm has not been blacklisted by any Government/PSU and any private organisations.
- A self-certificate stating the Litigation history of the firm.
For submission of bids, all interested bidders must be registered in the E-Tender portal (www.etenders.kerala.gov.in) as a bidder with a valid DSC. Registered bidders shall submit their technical bid and financial bid online on www.etenders.kerala.gov.in portal along with online payment of EMD and Tender Submission Fee.
For page-by-page instructions on the bid submission process, please visit www.etenders.kerala.gov.in and the Manual link on the home page. Bidders shall refer Tendering Procedures, Part II of this tender document for detailed tender submission procedures.
- FINANCIAL BID:
The Bidder shall duly fill, digitally sign and upload the Bill of Quantities in complete as per the format given for download along with this tender.
Note: The blank price bid should be downloaded and saved on the bidder's computer without changing the filename; otherwise, price bid will not get uploaded. The bidder should fill in the details in the same file and upload the same back to the website.
Note: The department does not take any responsibility for any technical snag or failure that has taken place during document upload.
OPENING OF BIDS:
Technical Bid containing Unconditional Acceptance Letter and other pre-qualification documents shall be opened first at 1530 hours, on 24th April 2026.
Financial Bid of only those bidders qualified during technical evaluation shall be opened on a subsequent date as updated in the e-tender portal. The Bidders are therefore advised to strictly go through all the tender conditions and enclose all the required documents for technical evaluation.
CIAL Infrastructures Ltd., reserve all rights to reject any or all the bids received, without assigning any reason whatsoever.
|
IMPORTANT DATES
|
|
Date of download of tender document
|
From 16.03.2026 at 1600 Hrs onwards
|
|
Last Date and time for the submission of tender queries
|
25.03.2026 at 1500 Hrs
|
|
Date of pre-bid meeting
|
27.03.2026 at 1100 Hrs
|
|
Period of Bid Submission
|
From 01.04.2026 at 1100 To 23.04.2026 at 1500 Hrs
|
|
Date of opening of technical bid
|
24.04.2026 at 1530 Hrs
|
|
Date of opening of financial bid
|
Shall be intimated later
|
Sd/-
Executive Chairman
CIAL Infrastructures Ltd.,
Cochin International Airport Building, Kochi. Airport P.O.,
Nedumbassery, Ernakulam,
Kerala – 683 111, India
Phone: +91- 484- 2611380, 2922442 / 9946201210
E-Mail: info@cialinfra.in / dinomani@cial.aero