Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT)

Similar documents
EXPRESSION OF INTEREST (EOI) for

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru

Request for Qualification (RFQ) for. Design and Construction of Sewage Treatment Plant for 3 MLD at Kempegowda International Airport, Bengaluru

INVITATION FOR EXPRESSION OF INTEREST

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

Navodaya Vidyalaya at Patan, Distt- Sikar (Rajasthan)

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

NOTICE INVITING e-tender (NIT)

Bangalore International Airport Limited

KARNATAKA POWER CORPORATION LIMITED YELAHANKA COMBINED CYCLE POWER PLANT (CIN: U85110KA1970SGC001919)

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

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

at 13:30 hrs

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

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

DELHI METRO RAIL CORPORATION LIMITED

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

Call for Expressions of Interest

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

Telecommunications Consultants India Ltd. (A Government of India Enterprise) No. TCIL/13/ /S&TC/CCTV_Delhi

HOOGHLY RIVER BRIDGE COMMISSIONERS

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: LKCC- 02 (R)

NOTICE INVITING TENDER (e-tender)

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018

NOTICE INVITING TENDER (NIT) E Tender No. NMRC/Stn./Housekeeping/22/2018/HK-C1. Description

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

Bangalore International Airport Limited REQUEST FOR QUOTATION (RFQ) FOR RENEWAL OF AMC FOR PRIMAVERA SOFTWARE FOR 3 YEARS FOR BIAL PROJECTS

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

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

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

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

CORRIGENDUM. I. Prequalification of PMC Firms, Page 3 of the Prequalification Document

RESERVE BANK OF INDIA Estate Department Kolkata

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

Notice inviting applications for Empanelment of Forensic Auditors

NOTICE INVITING TENDER (NIT)

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

General Terms & Conditions

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

(INTERNATIONAL COMPETITIVE BIDDING)

INVITATION OF GLOBAL/OPEN BIDS

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

NOTICE INVITING TENDER (NIT)

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

(BIDDING DOCUMENT NO HD-10129) (EIL REFERENCE No. S.M/A LZ-MR-4050/1024)

Tender No. AAI/CC/205/88/ / Date:

The bidders, intending to participate shall fulfil the following qualification criteria (Financial & Technical):

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

SAMTEL COLOR LIMITED BIDDING PROCESS DURING CORPORATE INSOLVENCY RESOLUTION PROCESS:

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) (e-tender)

REQUEST FOR PROPOSAL (e-procurement mode only)

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

OWNER: COASTAL GUJARAT POWER LIMITED EPC CONTRACTOR: TBD PROJECT MANAGER: THE TATA POWER COMPANY LIMITED

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

KARNATAKA STATE INDUSTRIAL AND INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (KSIIDC) NOTICE INVITING E-BIDDING FOR INVESTMENT OF

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

INDIAN INSTITUTE OF SCIENCE BENGALURU

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

QUERIES & RESPONSES DATE

NOTICE INVITING TENDER (NIT)

CORRIGENDUM - IV. Development of 50 MW of Solar Power Projects in the State of Karnataka

REQUEST FOR PROPOSAL

ANNEXURES. ANNEXURE A Comprises of: ANNEXURE B Comprises of:

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

REPUBLIC OF KENYA PARLIAMENT OF KENYA TENDER NO. NA/01/

Section I DETAILED NOTICE INVITING TENDER

TCIL/TG-MK/006/2017/MahaIT-Maharashtra(PIA) Dated:

Corporation Bank (A Premier Public Sector Bank)

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

BE it enacted by Parliament in the Fifty-sixth Year of the Republic of India as follows:-

ICSI HOUSE, C-36, Sector-62, Noida

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

Reserve Bank of India Archives College of Agricultural Banking Reserve Bank of India University Road Pune

PART I PRELIMINARY 1. These Regulations may be cited as the Public Procurement and Disposal (Preference and Reservations) Regulations, 2011.

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION

APPAREL EXPORT PROMOTION COUNCIL

The complete tender document is available at below mentioned websites:

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

Transcription:

REQUEST FOR QUALIFICATION (RFQ) for Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT) at Kempegowda International Airport, Bengaluru Bangalore International Airport Limited Kempegowda International Airport, Bengaluru Devanahalli, Bengaluru - 560 300 30 November, 2017 Page 1

1. INTRODUCTION: Bangalore International Airport Limited ( BIAL ) is a public limited company, registered under the Companies Act, 1956, engaged in the operation, management and the development of the Kempegowda International Airport, Bengaluru ( Airport ). BIAL is in the process of expanding the Airport with second Runway. The Second Runway would come in to operation by the end of year 2019. It is mandatory to provide level of protection as per the ICAO standards with regard to ARFF. Therefore, it is proposed to procure 4 Nos. of Airfield Crash Fire Tenders (ACFT) as per CAT 10 level protection. The proposed Airfield Crash Fire Tenders (ACFT) vehicles shall be with all incorporations of all improvements available from current Technology meeting NFPA 414 and 1901 standards. The new addition shall be compatible with existing Fleet (Rosenbauer Panther 6 X 6). (Refer ICAO Doc 9137 Part 1, Chapter 5, para 5.5. Compatibility of new vehicles with existing Fleet ). The scope is to design, fabricate, supply, commissioning, training and maintenance of 04 Nos. of Airfield Crash Fire Tender (ACFT) Vehicles, 2 nos. of 8 X 8 {1 no. with HRET} and 2 nos. of 6 X 6 {1 no. with HRET} ( hereinafter referred to as the Project ) BIAL seeks Expression of Interest ( EOI ) for Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT) (the Works ) from suitable manufacturers who have successfully supplied similar type of ACFT s for airport application and are having AMC with the airports. Scope in brief shall include the design, fabricate, supply, commission, training, and maintenance of Airfield Crash Fire Tenders (ACFT). The work has to be carried out as per NFPA 414 and 1901 standards and ICAO standards doc 9137, Part - 1. BIAL has adopted a two-stage process (collectively referred to as the "Bidding Process") for award of the Project. The first stage (the "Qualification Stage") of the Bidding Process involves qualification (the Prequalification ) of interested parties (being any single Entity) who submits an EOI in accordance with the provisions of this RFQ (the "Applicant ). Entity shall mean manufacturers, body, organization, companies, limited liability partnerships (LLPs), proprietorship, partnership firms, trusts and Funds. At the end of this stage, BIAL expects to announce a list of all pre-qualified applicants (the Bidders ) who will be eligible for participation in the second stage (the Bid Stage ) of the Bidding Process. 2. BACKGROUND AND SCOPE: Kempegowda International Airport (KIA) Bengaluru is an international Airport serving the city of Bangalore, Karnataka, India. It is located at Devanahalli about 36 kilometers from Bangalore City Railway Station and covers about 4008 acres. The indicative Scope of Works forming part of the Project to be undertaken is as follows: - Page 2

The scope is to design, fabricate, supply, commissioning, training and maintenance of 04 Nos. of Airfield Crash Fire Tender (ACFT) Vehicles, 2 nos. of 6 X 6 {1 no. with HRET} and 2 nos. of 8 X 8 {1 no. with HRET} Design, engineering, manufacturing/ assembly, painting, tests at manufactures works (as per the schedule) road/shipment worthy packing, transportation and delivery/ supply to BIAL Airport site, complete service for the successful commissioning and performance testing at site as well as training of BIALs operating and maintenance personnel for each vehicle. All necessary equipment, instruments, services, labour as required for this purpose shall be under the scope of bidder. Any additional material, parts and services, required to make the equipment complete in every respect in accordance with the technical specifications, for safe, trouble free and efficient operation and guaranteed performance, maintenance tools for routine preventive maintenance, supply of consumables / spares for all preventive and brake down maintenance during the warranty period of Two years and Inspections of the vehicles as applicable. Warranty, Annual Maintenance, spares and consumables as applicable. The detailed Scope and Technical Specifications shall be issued to the Qualified Bidders for submitting the Proposals. Note: The Applicants are requested to note that the Project / works described here are only indicative and may be subject to change, addition, deletion at any time, at the sole discretion of BIAL. Please also note that the Scope of Works provided herein is to provide general guidance of Works that are to be carried out /executed. The detailed scope of works shall be issued to the qualified bidders at the RFP stage which is to be downloaded from e portal website by the qualified Bidders. Estimated time frame for Supply and Delivery of the above ACFT s to BIAL site shall be 12 (twelve) Months. PARTICIPATION: 3.1 Applicants shall have adequate financial capacity and technical capability to undertake the scope of Works. 3.2 RFP shall be issued to only such Applicants, short-listed in the Prequalification Stage. 3.3 The application for prequalification is to be submitted in accordance with the instructions as mentioned in the RFQ. 3.4 Applicants must fulfill the Eligibility Criteria on its own. For the purpose of this EOI, Joint Ventures / Consortiums are not permitted to participate. 3.5 The EOI shall be duly signed by the authorized signatory of the Applicant. 3.6 An Applicant shall not have a conflict of interest (the Conflict of Interest ) that affects the Bidding Process. Any Applicant found to have a Conflict of Interest shall not be Page 3

considered for prequalification, as opined by BIAL at its discretion. An Applicant shall be deemed to have a Conflict of Interest, affecting the Bidding Process if the Applicant, its member or associate (or any constituent thereof) and any other Applicant, its member or any associate thereof (or any constituent thereof) have common Controlling Shareholders (i.e., any shareholder thereof having a shareholding of more than 25% (twenty five per cent) of the paid up and subscribed share capital, or similar, of such Applicant, member or associate, as the case may be). Any Applicant found to have a Conflict of Interest in the Bidding Process shall be disqualified. 3.7 Applicants shall submit their applications by duly providing full details of their Company s structure, organization chart showing key personnel, financial resources, and details of relevant experience. Applicants shall submit the filled in Forms as available in eprocurement portal. 3.8 In order to be considered for prequalification, Applicants shall ensure that all the information and documents required by BIAL under this EOI and RFQ is furnished/submitted to BIAL on or before 19.12.2017. 3.9 Applications without the requested information, relevant documents & incomplete applications shall not be considered. 4. ELIGIBILITY CRITERIA Applicants shall be eligible to participate in the Bidding Process, if they fulfill all the following requirements: 4.1 Financial Criteria (as per Form II) The Applicants who fulfill the following requirements shall be eligible for Prequalification: (a) Turnover Average annual financial turnover, certified by a Statutory Auditor/ practicing Chartered Accountant, in design, fabricate, supply, commissioning, training and maintenance in India or outside India in at least two financial years (out of the last three Financial Years) of the Applicant preceding the date of submission of EOI (the Submission Date ) must be INR 40 Crores (Rupees forty crores only). The Applicant shall provide the turnover figures in Form II along with documentary proof on the turnover. (b) Net Worth The Applicant shall have a Minimum Net Worth (Share Capital and Free Reserves & Surplus), certified by a Statutory Auditor/ practicing Chartered Accountant, of INR 8.0 Crores (Rupees eight crores only), for the last financial year (as at 31st March, 2017) Page 4

preceding the Submission Date. Net Worth shall mean the sum of subscribed and paid up equity and reserves from which shall be deducted the sum of revaluation reserves, miscellaneous expenditure not written off and reserves not available for distribution to equity shareholders. The Applicant shall provide its Net Worth figures for the previous five financial years followed by the Applicant preceding the submission date in Form II (c) Liquid Resources Minimum accessible/available financial resources, either (1) Liquid Resources (cash and bank balance) or (2) Combination of Liquid Resources (cash and bank balance) and balance undrawn over draft to be sufficient to meet INR 10.0 Crores (Rupees ten crores only), for the last financial year followed by the Applicant preceding the Submission Date, supported by Statutory Auditor/ practicing Chartered Accountant s certificate/letter of works from bankers on undrawn limits as applicable as on seven (7) days before Applicant submits application. The Applicant shall provide its Liquid Resources figures for the previous five financial years followed by the Applicant preceding the submission date in Form II. Financial Year, for a year in consideration, shall mean the period from 1 st of April of the preceding year to 31 st March of the year in consideration. In the event the accounting year followed by the Applicant in the course of its normal business is different, the Applicant shall submit the Statutory Auditor certificate considering the periods as specified in this Clause. 4.2 Technical Criteria: Applicants satisfying the below mentioned technical criteria shall be eligible for Prequalification: Seven (7) years preceding the Submission Date Applicant has Satisfactorily Completed, as main manufacturer or supplier, in India or outside India a) Three Similar Projects each of value not less than INR 15 Crores OR b) Two Similar Projects each of value not less than INR 20 Crores OR c) One Similar Project of value not less than INR 30 Crores Page 5

Satisfactorily Completed means where the design, fabricate, supply, commissioning, training and maintenance have been physically completed within the original or extended completion period, without levy of abnormal liquidated damages for delay on the part of the manufacturer and the works confirm to the acceptable levels of specified specifications. The certificate of Satisfactory Completion issued by the concerned employer is to be provided to BIAL. Certificates furnished to BIAL shall have details of the contract value, actual date of completion and scheduled date of completion to be provided along with details of any defects liability claims made by the employer and any liquidated damages paid by or claimed from the Applicant shall be provided as per Form III. Similar Project means Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT) for airport application and are having AMC with the airports in India or outside India. Applicant s experience shall be measured and stated in terms of a score (the Experience Score ) which shall be measured and stated in terms of Eligible Projects which are Satisfactorily Completed shall be provided as per Form IV. 4.3 Litigation & Compliance History: 4.3.1 Following details needs to be submitted by the Applicant / Bidder to be provided in respect of: i. Litigations or arbitrations in respect of any contracts executed or in progress in the past 5 (five) years. ii. In respect of litigations or arbitrations against any government entity. iii. Litigations/ arbitrations/pending dispute against BIAL or any of its subsidiaries and/or associate companies. iv. Pending investigations or proceedings in respect of any moneylaundering, corruption or anti- bribery laws. v. Declaration on the status of Compliances. BIAL reserves the right to disqualify any Applicant/Bidder whose litigation History could (in the determination of BIAL) adversely affect the interest of BIAL to perform the contract. 4.3.2 Following additional declaration needs to be submitted by the Applicant / Bidder: i. Proof of filed tax returns to the Central Government ii. Not be insolvent, in receivership, bankrupt or being wound up. iii. Not have its affairs administered by a court or a judicial officer Page 6

iv. Not have its business activities suspended and not be subject to any legal proceedings for any of the foregoing reasons; and v. Not have any of their director and officers, convicted of any criminal offence related to professional misconduct or making of false statements or misrepresentations with respect to their qualifications to enter into a procurement contract, within a period of two preceding the commencement of the procurement process, or not otherwise have been disqualified pursuant to debarment proceedings vi. A Compliance declaration vii. Not have abandoned any works / performance of works in the last 10 years viii. Not have had any liquidated damages in last 5 years ix. Details of delays in completion of contract by more than 20% of the original completion period in the last 10 years. BIAL reserves the right to disqualify any Applicant/Bidder based on the above submission if it would adversely affect the performance of the contract. All the Forms & Formats which needs to be submitted by the Applicant / Bidder shall be made available in eprocurement portal 4.4 Short-listing of Applicants: a) Subject to clause 4.1 above, the credentials of eligible Applicants shall be measured in terms of their Experience Score. The sum total of the Experience Scores for all Eligible Projects shall be the Aggregate Experience Score of a particular Applicant. b) The Applicants shall then be ranked on the basis of their respective Aggregate Experience Scores and short-listed for the Bid Stage. c) BIAL may, in its discretion, maintain a reserve list of pre-qualified Applicants who may be invited to substitute the short-listed Applicants in the event of their withdrawal from the Bidding Process or upon their failure to conform to the conditions specified herein; provided that a substituted Applicant shall be given at least 30 (thirty) days to submit its bid 5 SUBMISSIONS AND COMMUNICATION: 5.1 Special Instructions to Bidders: The bidder shall follow the e Tendering process and the last date of submission of the uploading the documents on or before 16.00 hours on 19 December, 2017. Page 7

This RFQ can be viewed / downloaded from TCIL e-portal https://www.tcil-indiaelectronictender.com from 11.00 hours 30 November, 2017 to 19 December, 2017 IST (up to 15.00 hours IST). Bidders shall submit their duly signed Proposal online through eprocurement portal. Proposal must be submitted online at https://www.tcil-india-electronictender.com on or before 19 December, 2017 (upto 16.00 hours IST). Proposal submitted through any other mode shall not be entertained. 5.2 Prequalified Applicants will be issued with a Request for Proposal (RFP) during the Bid Stage upon signing of a Non-Disclosure Agreement and upon payment of onetime non-refundable RFP document fee of INR 1,00,000/- (Rupees one lakh only). Applicants who submit their bids, will be required to deposit an Earnest Money Deposit (EMD) (refundable) amounting to INR 20,00,000/- (Rupees twenty lakhs only). The EMD shall be refunded to the unsuccessful Applicants, as per the timelines mentioned in the RFP document. 5.3 Address for Communication: Vice President-Contracts & Procurement Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT) Bangalore International Airport Ltd. BIAL Project Office, Kempegowda International Airport, Bengaluru Devanahalli, Bengaluru - 560 300 Email: projecttenders@bialairport.com Phone No: 080 66782431 www.bengaluruairport.com Page 8