BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

Similar documents
BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

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

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

EXPRESSION OF INTEREST (EOI) for

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

Bangalore International Airport Limited

INVITATION FOR EXPRESSION OF INTEREST

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

NOTICE INVITING TENDER (e-tender)

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)

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED

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

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 (e-tender) DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (NIT)

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

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

NOTICE INVITING TENDER (NIT) (e-tender)

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

NOTICE INVITING TENDER (NIT)

CONTRACT NO: LKDD- 02

NOTICE INVITING TENDER (NIT)

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

DELHI METRO RAIL CORPORATION LIMITED

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

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

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

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

NOTICE INVITING TENDER (NIT)

ADDENDUM-1 to RFP / Draft Concession Agreement

Navodaya Vidyalaya at Patan, Distt- Sikar (Rajasthan)

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

(INTERNATIONAL COMPETITIVE BIDDING)

BASTAR VISHWAVIDYALAYA

Municipal Corporation of Greater Mumbai. Development of Solid Waste Management Sector Project at Greater Mumbai

NOTICE INVITING TENDER (NIT)

Dated the oath August, 2018

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

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

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

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

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

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

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

NOTICE INVITING TENDER (NIT)

West Bengal State Electricity Transmission Company Limited

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

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

REQUEST FOR QUOTATION (RFQ)

(Submission of Bid through online)

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

HOOGHLY RIVER BRIDGE COMMISSIONERS

Corporation Bank (A Premier Public Sector Bank)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER

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

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. (A joint venture of Government of India & Government of Delhi)

INDIAN INSTITUTE OF SCIENCE BENGALURU

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

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

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

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

The complete tender document is available at below mentioned websites:

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

TENDER PACKAGE NO. MEGA/CONS/VDCT+STNS/R2/E-W/2016 VOLUME I NOTICE INVITING TENDER

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

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

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

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

MSEZL/TTP-Membrane Replacement/ INVITATION FOR PROPOSALS

BIDDING DOCUMENTS FOR DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 378 NOS. OF STANDARD GAUGE CARS FOR MUMBAI METRO PROJECT

TENDER NOTIFICATION FOR SUPPLY OF WALL CALENDARS

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India REQUEST FOR PROPOSAL

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

ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No )

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

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

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

2.2 TIME SCHEDULE: 20 (Twenty) months from the date of issue of Fax of Acceptance. 3.0 SALIENT FEATURES OF BIDDING DOCUMENT

STANDARD FORM EXPRESSION OF INTEREST. Subject: Expression of Interest ( EOI ) for Change in Ownership and Management Control

Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks.

NO. DOCUMENT IN PLACE OF PLEASE READ AS

CHAPTER II - INITIAL PUBLIC OFFER ON MAIN BOARD

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI

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

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

EVALUATION CRITERIA. A. Financial Capability

UDAIPUR SMART CITY LIMITED. NIT No. 13 / Bidding Document

IDBI Bank Limited Facilities and Infrastructure Management Department Head Office: IDBI Tower, WTC Complex, Cuffe Parade, Mumbai

Call for Expressions of Interest

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India. National Competitive Bidding (NCB) REQUEST FOR

Transcription:

BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT ON Invitation to Expression of Interest for carrying out Construction of a new Terminal (T2) and associated infrastructure facilities at Kempegowda International Airport, Bengaluru. Bangalore International Airport Limited Kempegowda International Airport, Devanahalli, Bengaluru - 560 300 15 March 2018 Information Document on EOI for T2 Construction Page 1 of 6

1. INTRODUCTION Bangalore International Airport Limited ( BIAL ), a company registered under the Companies Act, 1956, is the developer, owner and operator of Kempegowda International Airport ( Airport ). BIAL is committed to establish 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. Towards this purpose, BIAL has decided to construct a new Terminal ( T2 ) and associated infrastructure facilities for handling passenger capacity of approximately 25MPPA / 2,55,000 square meter ( Project ). In this regard, BIAL invites Expression of Interest ( EOI ) from experienced and reputed contractors, with valid statutory registrations, having relevant experience and resources and capable of undertaking the Project upon terms and conditions as stipulated in the EOI. Interested parties desiring to participate in the Tender Process (as defined hereinafter) shall be able to download the EOI only upon signing and submitting the Non-Disclosure Agreement attached to this Information Document to t2@bialairport.com. The original NDA document shall be submitted on or before 27 April 2018. Tendering for this Project is through e-tendering. Applicants shall register on TCIL e-portal, as per the e-tendering instructions provided with this Information Document as Annexure-1. BIAL has adopted a two-stage process (collectively referred to as ( Tender Process ) for award of the Project. The first stage under the Tender Process is the Pre-Qualification Stage. Interested parties either individually or under a Consortium (refer clause 4) shall submit their response to the Invitation to this EOI ( Applicant ), which expression shall, unless repugnant to the context, include the members of the Consortium (as defined hereinafter) in accordance with the provisions of this invitation to EOI. At the end of the Pre-Qualification Stage, BIAL expects to inform the qualified Applicants ( Tenderers ) who will be eligible for participation in the second stage ( Tender Stage ) of the Tender Process comprising of the Request for Proposals ( RFP ). Tenderers shall purchase the RFP from the TCIL portal (refer clause 7 hereunder). 2. BROAD SCOPE OF WORKS BIAL intends to obtain from the successful Tenderer, a fully functional and fit to purpose Project. The brief scope of Works of this Project shall include but not be limited to design, engineering, procurement, supply and delivery, construction, Information Document on EOI for T2 Construction Page 2 of 6

erection, installation, setting to work, testing, and commissioning of the Project, and any and all Works including related works required for completion of the fully operational Project and other related structures. The scope of Works shall also include integration of services and utilities of the proposed T2 with the existing services and utilities along with Airport systems support facilities and buildings ( Works ). RFP shall contain the detailed scope of Works. The Works to be executed by the successful Tenderer is expected to meet the intended requirements of BIAL, as shall be stated in the RFP documents. 3. ELIGIBILITY CRITERION The Applicants shall be eligible to proceed to the second stage (Tender Stage), if they fulfill all the following requirements: 3.1 Financial Criteria: (a) Turnover: A minimum annual financial turnover of INR 1,150 crores (Rupees one thousand one hundred and fifty crores) in at least two (2) Financial Years (out of last three (3) Financial Years), in construction works in India or overseas, preceding the date of submission of EOI ( Submission Date ), duly certified by a Chartered Accountant. (b) The Applicant shall furnish turnover figures for the previous 5 (five) Financial Years preceding the Submission Date in the format as prescribed in the EOI. Financial Standing (Net worth): The Applicant shall have a Net Worth more than INR 460 crores (Rupees four hundred and sixty crores) in the last Financial Year preceding the Submission Date, certified by a Chartered Accountant. 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 5 (five) Financial Years preceding the Submission Date in the format as prescribed in the EOI. (c) Financial capabilities : 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 115 crores (Rupees one hundred and fifteen crores), as at Information Document on EOI for T2 Construction Page 3 of 6

end of the last Financial Year preceding the Submission Date, supported by Chartered Accountant s certificate/letter of works from bankers on undrawn limits as applicable as on 7 (seven) days before the Submission Date. The Applicant shall provide its liquid resources figures for the previous 5 (five) Financial Years preceding the Submission Date in the format as prescribed in the EOI. Applicant shall obtain a certificate of good standing from its bankers. 3.2 Technical Criteria : 3.2.1 Applicants to provide information sought hereunder in the format as prescribed in the EOI: The Applicant shall have Satisfactorily Completed (as defined hereinafter) design & construction of airport terminal building including associated infrastructure facilities in India or overseas, as prime contractor or as subcontractor, in the 7 (seven) years preceding the Submission Date. (a) (b) (c) 3 (three) works of value not less than INR 950 crores each; or 2 (two) works of value not less than INR 1,150 crores each; or 1 (one) work of value not less than INR 1,850 crores. The INR values in the above criteria shall be certified by a Chartered Accountant. If the work was done in another joint venture, the value in proportion of the participation in that joint venture shall be considered. The projects of above description and contract price thresholds are hereinafter referred to as the Eligible Projects. Satisfactorily Completed : A work is said to be satisfactorily completed when it conforms to the acceptable levels of specified specifications and when the work is completed within the original or extended completion period. The certificate of satisfactory completion issued by the concerned employer is to be provided to BIAL. Financial Year, for a year in consideration, shall mean the financial year followed by the Applicant in its ordinary course of business. 3.3 Short-listing of Applicants (a) Applicants meeting the Criteria set out in the EOI shall be short-listed as qualified for the Tender Stage. (b) In order to assess the residual execution capacity of an Applicant, the Information Document on EOI for T2 Construction Page 4 of 6

Applicant, or each member of a Consortium shall submit its current order book and expected completion date of the projects in hand in the format prescribed in EOI. 4. CONSORTIUM The Applicants may form a consortium or a joint venture ( Consortium ) to submit the EOI. Consortium shall mean an association of persons combining their respective resources in order to submit their EOI. Number of members in a consortium shall be limited to a maximum of 2 (two) including a designated Lead Member. The members of the Consortium shall nominate one member as the lead member ( Lead Member ). The nomination(s) shall be supported by a power of attorney signed by the other member of the Consortium. The Consortium members may qualify for the Technical and Financial Criteria jointly, provided that each member must individually qualify for at least 50% of the Financial Criteria; OR If one member qualifies for the Technical Criteria individually, and the other member is not technically qualified, in that case, the other member must qualify for 100% of the Financial Criteria. The member who qualifies 100% on Technical Criteria, must also qualify for at least 50% of the Financial Criteria. EOI submitted by a Consortium shall comply with the eligibility criteria in accordance with Clause 3 above, along with the requirements as set out in the EOI. 5. OTHER CONDITIONS 5.1 BIAL reserves the right to accept or reject any or all EOI without assigning any reasons and is not obliged to correspond with the Applicants in this regard. Further, BIAL reserves the right to change and/or cancel the pre-qualification and Tender Process and/or review/revise the pre-qualification criteria at any time without prior notice or without assigning any reasons whatsoever, and this shall be without prejudice to its right to re-tender at any time in the future and in such case, no Applicant/intending Applicant shall have any claim arising out of such action. 5.2 BIAL reserves the right to amend this document by issuing an addendum, at any stage, without any liability or obligation for such invitation and without assigning any reason. This invitation to EOI does not give rise to any rights in rem and is not an offer or an invitation to offer. 5.3 Submission of the EOI by Applicants, pursuant to the invitation by BIAL, shall be considered to be an acceptance of all the terms and conditions of this invitation to EOI by the Applicant and no claims or disputes raised by it during or subsequent to the award process shall be entertained by BIAL. 5.4 All documents and other information supplied by BIAL or submitted by an Applicant to BIAL shall remain or become the property of BIAL. BIAL shall not be liable to return any application or any information provided along therewith. Information Document on EOI for T2 Construction Page 5 of 6

5.5 The Applicants shall bear all costs associated with the preparation and submission of its EOI. BIAL shall in no case be responsible or liable for these costs, regardless of the conduct or outcome of the EOI Process. 5.6 Laws of the Republic of India shall be applicable to the Tender Process. The courts at Bengaluru shall have exclusive jurisdiction in relation to any disputes. 5.7 The Applicant/each member of a Consortium shall be an Indian company incorporated under the Indian Companies Act, 2013 or the Indian Companies Act, 1956, or a foreign company that shall commit to incorporating an Indian subsidiary under the Indian Companies Act, 2013, in case it is selected as the Contractor or is part of the Consortium that is selected as the Contractor, after the award of the contract and prior to its execution, subject to such foreign company providing a parent company guarantee to its Indian subsidiary for 100% of the contract value. The contract will only be awarded to the Indian company/consortium (in which the foreign partner is replaced by the Indian subsidiary). 5.8 If the Applicant/member of the Consortium is a foreign entity who proposes to participate through its Indian subsidiary, the technical/financial capacity of the foreign entity can be taken for qualification as long as the foreign entity certifies that it shall provide a parent company guarantee for 100% of the contract value to its Indian subsidiary, in case such Applicant/Consortium is selected as the Contractor. Indian Companies relying on the technical/financial capacity of its parent company shall obtain a parent company guarantee for 100% of the contract value in case the Indian Company is selected as the Contractor. 5.9 The Applicant or each member of Consortium shall comply with laws and regulations of India. 5.10 The Submission Date of EOI shall be on or before IST 17:00 hours on 27 April, 2018. Applicants shall make their submission online through TCIL e- portal (https://www.tcil-india-electronictender.com). 5.11 Applicants qualifying for the Tender Stage shall have to pay a onetime nonrefundable RFP document fee of INR 2,50,000 (Rupees Two Lakh Fifty Thousand), in the form of Bank transfer or Demand Draft to purchase the RFP document. 5.12 BIAL reserves the right to disqualify any Applicant(s) based on the information provided to BIAL by the Applicant(s). Address for Communication: Vice President (Contracts & Procurement) Bangalore International Airport Ltd., BIAL Project Office, Kempegowda International Airport, Devanahalli, Bengaluru - 560 300 Email: t2@bialairport.com Phone No: 080 6678 2431. www.bengaluruairport.com Information Document on EOI for T2 Construction Page 6 of 6