EXPRESSION OF INTEREST (EOI) for

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

BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

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

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

Bangalore International Airport Limited

NOTICE INVITING e-tender (NIT)

Navodaya Vidyalaya at Patan, Distt- Sikar (Rajasthan)

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

DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (NIT)

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

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

Call for Expressions of Interest

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

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

NOTICE INVITING TENDER (NIT)

REQUEST FOR PROPOSAL (e-procurement mode only)

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

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

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

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

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

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

HOOGHLY RIVER BRIDGE COMMISSIONERS

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

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

Notice inviting applications for Empanelment of Forensic Auditors

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

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

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

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

at 13:30 hrs

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

KARNATAKA SOLAR POWER DEVELOPMENT CORPORATION LIMITED

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

NOTICE INVITING TENDER (NIT) (e-tender)

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

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

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

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

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

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION JANPATH BHAWAN, `A WING, 6 TH FLOOR, NEW DELHI EOI Document (second call)

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

BASTAR VISHWAVIDYALAYA

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

CONSTRUCTION OF 220/132 KV GIS SUBSTATION AT EGRA, DISTRICT-PURBA MEDINIPUR (Package-25)

Brief Scopes of works under this tender comprises of. The detailed scope of work is given in the Bidding Document.

Section I DETAILED NOTICE INVITING TENDER

NOTICE INVITING TENDER (e-tender)

NOTICE INVITING TENDER (NIT)

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

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

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

Madera Unified School District

NOTICE INVITING BID FOR

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

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

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

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

General Terms & Conditions

TRAVEL & VACATIONS Core-8,Ground Floor, Scope Complex, 7, Lodhi Road, New Delhi PHONE NOS /

Dated the oath August, 2018

RESERVE BANK OF INDIA Estate Department Kolkata

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

NOTICE INVITING TENDER (NIT)

Reserve Bank of India Estate Department, Patna

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Corporation Bank (A Premier Public Sector Bank)

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)

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

TCIL/TG-MK/006/2017/MSI-Chattisgarh Dated:

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

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/JV/NF.RLY/EOI DATE:

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

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

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

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

Item Wise Based on Price Not Applicable 07/01/ :00 AM 21/01/ :00 PM 22/01/ :00 PM.

(Pre-qualification of construction agency) Page 1/11

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

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

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

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

NOTICE INVITING TENDER (NIT)

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

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

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL. (A Govt of West Bengal Enterprise)

Notice Inviting Tender (NIT)

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

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

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

Transcription:

EXPRESSION OF INTEREST (EOI) for Design and Construction of 66 kv/11 kv Electrical Secondary Substation (SS - 3) and Associated facilities at Kempegowda International Airport, Bengaluru Bangalore International Airport Limited Kempegowda International Airport, Bengaluru Devanahalli, Bengaluru - 560 300 16 December, 2017 Page 1

1. INTRODUCTION: Bangalore International Airport Limited ( BIAL ), a company registered under the Companies Act, 1956, is the developer, owner and operator of the Kempegowda International Airport, Bengaluru ( Airport ). BIAL is committed to establishing this Airport as one of India's leading airports, in terms of quality and efficiency and set a benchmark for the future commercial development of Indian airports. Growth in the Indian aviation market and the Bengaluru region has necessitated the need for expansion of the Airport to accommodate additional passengers and flights. As a part of the expansion works, Bangalore International Airport Limited (BIAL) is planning to have an additional terminal building at the Kempegowda International Airport, and a New South Parallel Runway (NSPR) at KIAB to cater the future growth in passenger air traffic. In addition of the terminal building and NSPR, there are a number of facility buildings that are required to be added to support the functioning of the new terminal and the NSPR. Additional power is required for augmentation; therefore, it is proposed to construct a 66 kv / 11 kv Sub Station (SS - 3). BIAL invites Expression of Interest (the EOI ) from experienced reputed licensed electric contractors who have proven experience in design and construction of similar works of establishment of 2 X 31.5 MVA 66 kv / 11 kv Transformers Substation like Civil construction, earthworks, roads, pavement, RCC works, Mechanical Works (HVAC), Electrical Works (Highside / Low side / ELC & ICT), Laying of cables, drains, plumbing, Fire Protection System, Structural and miscellaneous works. 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 EOI (the "Applicant ). Entity shall mean 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 prequalified applicants (the Bidders ) who will be eligible for participation in the second stage (the Bid Stage ) of the Bidding Process. 2. BACKGROUND AND SCOPE: Page 2

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. As part of above programme, BIAL is intending to take up the Construction of 66 kv / 11 kv Sub Station (SS 3). The following is the brief scope of work: - The Scope here refers to the Design and Construction of Secondary Substation 3 Building (SS-3) which will be a conventional air-insulated type substation for Terminal 2 (T2). The drawings to understand its context in Master Plan and Site Plan shall be provided to the qualified bidders at the RFP stage. The proposed site for the construction of 66/11kV Substation with 2Nos of 31.5 MVA transformers (N+1) (space provision for another 2Nos of 31.5MVA transformers for future expansion shall be made), with Panel Room and Switch Yard areas, Laying of HT Cable (Cable will be supplied by BIAL) and associated facilities in complete for operation (herein referred as the Project ) as specified in Technical Specifications, Design brief reports, drawings which are part of the Tender Documents. Secondary Substation 3 will be catering power to New South Parallel Runway (NSPR), Additional Ancillary buildings, Terminal 2 (T2), Multi-Level Car Park (MLCP), Central Utility Plant (CUP) and other related facilities. The work has to be performed as per relevant and applicable codes and standards. 3.0 WORK SPECIFICATION & SCHEDULE OF COMPLETION OF WORK: All the scope of work shall be executed as per the Contract Technical specification, MoRTH Specification 5 th Revision with any Addendum, Corrigendum, revision/bis code/irc Code, relevant IS Codes, drawings as approved by BIAL, approved manufacture's literature and as approved by KPTCL. The Schedule for completion of the above Works is 12 (twelve) Months. 3. 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 EOI. 3.4 Applicants must have electrical license to execute the work 3.5 Applicants must fulfill the Eligibility Criteria on its own. For the purpose of this EOI, Joint Ventures / Consortiums are not permitted to participate. 3.6 The EOI shall be duly signed by the authorized signatory of the Applicant. Page 3

3.7 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 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. 3.8 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 CEA approvals if any, PO copies and performance certificates of similar works. Applicants shall submit the filled in Forms attached hereto. 3.9 In order to be considered for prequalification, Applicants shall ensure that all the information and documents required by BIAL under this EOI and the qualification documents is to be furnished/submitted to BIAL on or before 09 th January, 2018. 3.10 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 construction works related to Civil construction, earthworks, roads, pavement, RCC works, Mechanical Works (HVAC), Electrical Works (Highside / Low side / ELC & ICT), Laying of cables, drains, plumbing, Fire Protection System, Structural and miscellaneous works in 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 25 Crores (Rupees twenty five crores only). The Applicant shall provide the turnover figures in Form II along with documentary proof on the turnover. (b) Net Worth Page 4

The Applicant shall have a Minimum Net Worth (Share Capital and Free Reserves & Surplus), certified by a Statutory Auditor/ practicing Chartered Accountant, of INR 5.00 Crores (Rupees five crores only), for the last financial year (as at 31st March, 2017) 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 2.50 Crores (Rupees two crores fifty lakhs 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 contractor / prime contractor/ sub-contractor, in India a) Three Similar Projects each of value not less than INR 10.00 Crores OR b) Two Similar Projects each of value not less than INR 12.5 Crores Page 5

OR c) One Similar Project of value not less than INR 20.00 Crores. Satisfactorily Completed means where the works have been physically completed within the original or extended completion period, without levy of abnormal liquidated damages for delay on the part of the contractor 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 construction of Civil, earthworks, roads, pavement, RCC works, Mechanical Works (HVAC), Electrical Works (Highside / Low side / ELC & ICT), Laying of cables, drains, plumbing, Fire Protection System, Structural and miscellaneous works in controlled by high security. 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: Page 6

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 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 09.01.2018. Page 7

BIDDERS SHALL REGISTER IN https://www.tcil-india-electronictender.com which is mandatory for obtaining the documents This EOI can be downloaded from TCIL e-portal https://www.tcil-indiaelectronictender.com from 11.00 hours 16.12.2017 to 09.01.2018 IST (up to 15.00 hours IST). Bidders shall submit their duly signed Proposal online through eprocurement portal only at https://www.tcil-india-electronictender.com on or before 09.01. 2018 (upto 16.00 hours IST). Proposals submitted through any other mode shall not be entertained. Please refer to the Annexure-1 E-tendering instructions for e-tendering process. 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 12,50,000/- (Rupees twelve lakhs fifty thousand 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 and Construction of of 66KV/11KV Electrical secondary substation (SS3) and Associated facilities 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