Bangalore International Airport Limited INFORMATION DOCUMENT

Similar documents
Bangalore International Airport Limited INFORMATION DOCUMENT

Bangalore International Airport Limited INFORMATION DOCUMENT

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For

BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

Bangalore International Airport Limited REQUEST FOR QUOTATION (RFQ) FOR. SITC of Standalone Fire Alarm for exit doors at BIAL project office

NOTICE INVITING TENDER (NIT) (e-tender)

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC

REQUEST FOR QUOTATION (RFQ) For Parking P4 - Upgradation of the Parking Facility at Kempegowda International Airport, Bengaluru

Request for Expression of Interest (EOI)

RFQ Additional facilities for new E&M office Page 1 5

(2) I. SCOPE OF TENDER

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

REQUEST FOR PROPOSAL

Casework Technical Support (Social Welfare - Project Management)

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

OPEN CALL FOR CONSULTING SERVICES

REPUBLIKA E SHQIPERISE BASHKIA HIMARE

FOR HIRING OF INDIVIDUAL CONSULTANTS & CONSULTANCY FIRMS

Open Call for Consultancy Services. Reference Number:

LIGNO-CELLULOSIC BIOMASS TO ETHANOL

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

Jhabua Power Ltd. NOTICE INVITING BIDS

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

REQUEST FOR PROPOSAL Implementation of Risk Based Supervision

Ref: AIDC/CC/KP/1/2507 Date: 18/07/2017

Section IV. Bidding Forms

REQUEST FOR QUOTATION (RFQ) For Upgradation of PLC & HMI for PBB at stand at Kempegowda International Airport, Bengaluru

NOTICE INVITING QUOTATION

Roma Integration 2020

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

Reporting Mechanism under the Environmental Noise Directive

Draft Guidelines NATIONAL ELECTRIC POWER REGULATORY AUTHORITY ***** NOTIFICATION. Islamabad, the November 2016 CHAPTER I

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

REQUEST FOR QUOTATION (RFQ) SUPPLY OF STICKERS (SAFETY MATERIALS) FOR NPO FOR KEMPEGOWDA INTERNATIONAL AIRPORT, BENGALURU

Section 6: Returnable Bidding Forms / Checklist

TENDER SUBMISSION FORM 1

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

Instructions to Tender for Open Invitation to Tender -

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

PEDO PAKHTUNKHWA ENERGY DEVELOPMENT ORGANIZATON. Government of Khyber Pakhtunkhwa, PAKISTAN


DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO APPLICANTS

RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015

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

Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP)

Roma Integration 2020

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES FIRM SELECTION)

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

REQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

Preparation of Risk Register

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

Invitation for appointment of GST consultant for FY

Open Call for Consultancy Services. Reference Number:

KUDUMBASHREE STATE MISSION

THE ARAB REPUBLIC OF EGYPT. Enterprise Resourcing Planning system Procurement, Project Implementation and Supervision

Inviting application for empanelment of GST consultant for FY Dated: 16 th March 2018.

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP)

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

CONSULTING SERVICES Expression of interest

Annexure B Section 22

ANNEXURE -A. Special instructions to Bidders for e-tendering

Employment and Social Affairs Platform-ESAP Open Call for Consultancy Services Extension of Deadline. Reference Number: 037/018

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

Pre Qualification Document

ECB - provision of specialised photographic services for the European Central Bank (D-Frankfurt-on-Main) 2010/S

BOTSWANA COMMUNICATIONS REGULATORY AUTHORITY

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO RENDER AN INTERNAL AUDIT SERVICE

a) Hostel 50 Capacity with twin sharing basis b) Common room for Hostel c) Dean s Residence d) Care taker residence

Disable friendly Washrooms at hostel blocks (A & E)

BID DOCUMENT IFB: GAPL/TENDER/PM/001/ / DT TENDER FOR SUPPLY AND DELIVERY OF PACKAGING MATERIAL (FOILS AND FILMS)

Expression of Interest

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry

Ref No. MAIN-MEP0STN(WO)/1/2017-ELE-MEP 19 th April 2017

EUROPEAN SPACE AGENCY ESA EXPRESS PROCUREMENT PROCEDURE EXPRO / EXPRO+ TENDERING CONDITIONS ( EXPRO/TC ) NOTE

REMUNERATION POLICY JINDAL SAW LIMITED

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

5250/- Serial No DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI)

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

No. JCCT(Admn)VAT Division-1/ Dated: EST-C/CR-6/10-11 TENDER NOTIFICATION

EXPRESSION OF INTEREST (EOI)

Template for ToR for Transaction Advisory Services

CORRIGENDUM RFP FOR EMPANELMENT OF CONSULTANTS AND THIRD PARTY AUDITORS FOR E-GOVERNANCE INITIATIVES IN GOVERNMENT OF ODISHA

NTA Metropolitan Mass Transit System Ltd. Tender 143/2017, Preliminary Design for the Metro Lines, Form no. 2-E

DELHI METRO RAIL CORPORATION LTD.

Tender Specifications Framework Contract(s) for Media dissemination services to the European Environment Agency (2 lots)

BHUTAN TELECOM LTD. Registered Office: Drophen Lam 2/28, Post Box 134, Thimphu 11001, Bhutan. Tel: (975) Fax: (975)

EXPRESION OF INTEREST (EOI)

United Nations Development Programme (UNDP) FOR THE

Technical Assistance for IT Training under the e- Governance project Envision Ministry of Environment and Forests Paryavaran Bhavan, CGO Complex Delhi

REQUEST FOR PROPOSAL PROVISION OF CUSTOMER SATISFACTION SURVEY KEMRI/HQ/018/

Notice Inviting Tender

Transcription:

Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL (RFP) FOR CONSULTANCY SERVIES FOR PLANNING AND DESIGN OF MULTI MODE TRANSPOTATION HUB at KEMPEGOWDA INTERNATIONAL AIRPORT, BENGALURU Bangalore International Airport Limited Kempegowda International Airport, Bengaluru Devanahalli, Bangalore - 560 300 January 4, 2018 Information Document-MMTH Page 1 of 7

1. INTRODUCTION Bangalore International Airport Limited (BIAL), a company incorporated under the Companies Act, 1956, is engaged in the operation, management and development of the Kempegowda International Airport, Bengaluru (Airport). BIAL proposes to appoint a Consultant for providing Consultancy Services for Planning and Design of Multi-Mode Transportation Hub(MMTH) at Kempegowda International Airport, Devanahalli, Bangalore, (herein referred to as the Project) and in this regard invites Proposals from the Bidders. The Proposal submitted by the Bidders shall comply with all the requirements stated in the Request for Proposal(RFP)[Volume 1], Consultancy Service Agreement [Volume 2] and Scope of Services [Volume 3]. Based on final evaluation, the successful Bidder will be selected and notified (hereinafter referred to as the Consultant ). The notification of award of the contract by BIAL shall be followed by execution of an Agreement between BIAL and the Consultant, recording the terms and conditions for executing the Project. BIAL shall also have the right to modify, delete or add to the scope of Services at any point in time, during the bidding process and thereafter during the Term of Agreement. The scope of Services, provided as Volume -3 to the RFP, is envisaged to be completed within a period of 26 (Twenty-Six) weeks. BIAL also reserves the right to modify, delete or add to the scope of Services at any point in time, during the bidding process and thereafter during providing the Services, as per the terms of the Agreement. Interested applicants may view / download the RFP from TCIL e-portal https://www.tcil-india-electronictender.com. Instructions regarding e-tendering is attached this document as Annexure A. 2. BACKGROUND AND SCOPE OF SERVICES MMTH is envisioned as a world class passenger transfer facility and needs to be designed to work as a hub and also interfacing and interconnecting a variety of inter-city, regional and local public transport trips/systems, all within a single facility so that users can experience a hassle free seamless transfers between the terminals and different modes of transport to reach the destination smoothly, predictably and on time. Planning and Design of MMTH has the following stages: 1. Stage 1 Feasibility Study 2. Stage 2 Planning and Programme Brief 3. Stage 3 Option Development 4. Stage 4 Design (1. Concept,2. Schematic and Detail Design) Note: The Bidders are requested to note that the Services described here are only indicative. The detailed scope of Services, provided as Volume -3 to the RFP can be downloaded from e portal website https://www.tcil-india-electronictender.com Information Document-MMTH Page 2 of 7

3. PARTICIPATION: 3.1 BIAL will issue Request for Proposal ( RFP ) document(s) to Bidders only upon payment of onetime non-refundable RFP document fee of INR 25,000 in the form Demand Draft drawn in favour of Bangalore International Airport Limited, payable at Bengaluru or through Bank transfer. Bank details for effecting bank transfer is given below: A. Name of the Bank: State Bank of India. B. Name and Address of the Branch: State Bank of India, IFB, 61 Residency Road, Bangalore, 560025 C. Account number 36251491802 E. IFSC (Financial Security Code) Code number of the bank: SBIN0009077 3.2 Bidders shall have adequate financial capacity and technical capability to undertake the scope of Services. 3.3 The Proposal is to be submitted in accordance with the instructions mentioned in the RFP. 3.4 For the purpose of the RFP, Joint Ventures / Consortiums are not permitted to participate. 3.5 Bidders must fulfill the criteria provided under Clause 4 on its own. 3.6 The RFP shall be duly signed by the authorized signatory of the Bidder. 3.7 Bidder shall not have a conflict of interest (the Conflict of Interest ) that affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall not be considered, as opined by BIAL at its discretion. Bidder shall be deemed to have a Conflict of Interest, affecting the Bidding Process if the Bidder, its member or associate (or any constituent thereof) and any other Bidder, 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 Bidder, member or associate, as the case may be). Any Bidder found to have a Conflict of Interest in the Bidding Process shall be disqualified. 3.8 Bidders shall provide complete details of their Company s structure, organization chart showing key personnel, financial resources, and details of relevant experience. Bidders shall submit the filled in Annexures, Schedules, Forms as available in TCIL e-portal(https://www.tcil-india-electronictender.com) 3.9 Bidders shall ensure that all the information and documents required by BIAL under the RFP is furnished/submitted to BIAL online on TCIL e-portal on or before 18.00 hours IST on 24 th January 2018 3.10 Proposals submitted by the Bidders without the requested information and relevant documents shall be deemed to be incomplete and may not be considered. Information Document-MMTH Page 3 of 7

Sl. No. 4. Criteria 4.1 Technical Criteria Technical Criteria Weightage (%) 1 2 Organisation Structure and Firm / Individual team member experience / expertise in performing similar works. The bidder shall depict the company profile along with organizational chart / structure and also organogram specific to this bid that shall show the reporting structure, relevant key individuals proposed for this project including their titles and roles. The chart shall also designate a Project Manager with min. 15 years of relevant work experience as the single point of contact to interface with BIAL as work progresses. The Project Manager once assigned will be required to perform that function until the work is complete or unless BIAL offers consent to a change. It is important to demonstrate that individual team members account for all the essential needs of the project. Resumes of all key individuals with relevant work experience listed in the Organizational Chart for this Project including Project Manager and the following relevant Key Subject Matter Experts including other supporting individuals must be provided along with technical document. Architecture Design Services Structural, Mechanical, Electrical & Plumbing (SMEP) Design Services Transportation planning and design Railways Information Technology and security Firefighting and life safety Interior Design Services Landscape Design Services *Any Other *Note: The key subject matter experts should have 7 to 10 years of relevant experience. Describe three similar completed projects handled by firm (each two page) The Bidder shall provide project description of minimum 3 similar works ( handled in past 10 years) which includes relevant project brief (maximum of 2 pages containing the relevant information on description of the Project, Cost of the Project, project duration, Scope of Services provided by the Consultant, Cost of the Consultancy, Scope split / Fee split in case work done in JV, Key personnel deployed for the work (In case of JV, Organisation name against the personnel needs need to mentioned), completion date of the Consultancy, if executed then execution details and the client contract administrator s details and client completion certificate with feedback for reference purposes. 30 25 Information Document-MMTH Page 4 of 7

3 Persons listed in the proposed bid should appear in the project description demonstrating that the project team has performed similar roles in previous projects. References will be contacted for verification purposes so it s important to include current contact information for client contacts. Outline Approach and Methodology and Work plan for proposal (Maximum 15 pages) The bidder shall include a narrative on the project approach, how the consultant plans to execute the work i.e. Understanding of Scope of Services and the Project; Stage wise work methodology adhering to the time schedule specified by BIAL, tasks, timelines, technical skills, method and technology /systems that will be used to develop and document each of the major areas of the Scope of Services to execute the design of the Project. Stage wise Deliverables; Proposed roles and responsibilities for Professionals (delivery methodology & work plan and shall be sufficiently detailed describing tasks, sequence of work and role & responsibility assigned and deployment schedule for key team members to meet the needs of the scope of work.) Interface management plan - This Project requires interface with multiple stakeholders appointed by BIAL (BIAL appointed consultants and stakeholders) and the Consultant needs to manage the interface and coordination during the design process. In case the Consultants have a better approach & methodology to the assignment, need to mention so as an alternate methodology, however the timelines need to be adhered to for the Design Option development and the Final deliverable date. In case the client finds the alternate approach more suitable it may be adopted. 40 4 Technical Compliance with RFP 5 Total 100 4.2 Selection Criteria 4.2.1 Technical Score (TS) Only those Bidders whose Technical proposal score (ST) 70 marks or more out of 100 shall qualify for further consideration ( Qualified Bidders). 4.2.2 Financial Score (SF) o The Financial Proposals of only such Qualified Bidders shall be opened online on TCIL e- portal. o The lowest financial proposal (FM) will be given a financial score (SF) of 100 points. The financial scores of other proposals will be computed as follows: SF= 100 x FM/F (F= amount of financial proposal) Information Document-MMTH Page 5 of 7

4.3 Weightage 4.3.1 The weightage given to technical proposal (Tw) is 70%. 4.3.2 The weightage given to financial proposal (Fw) is 30%. 4.4 Ranking 4.4.1 Proposals will finally be ranked according to their combined technical (ST) and financial (SF) scores as follows: S= ST x Tw + SF x Fw The selected Consultant shall be the first Ranked Bidder (H-1, having the highest combined score). The second ranked bidder (H-2) shall be kept in reserve and may be invited for negotiation in case the first ranked bidders withdraws, or fails to comply the requirements specified in this document. In the event the proposals of two or more consultants have the same scores in the final ranking, the proposal with the highest technical score shall be ranked first.. 4.5 Litigation History & Compliance: 4.5.1 Following details needs to be submitted by the Bidder in respect of: i. Litigations or arbitrations in respect of any contract 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 money-laundering, corruption or anti- bribery laws. v. Declaration on the status of Compliances. BIAL reserves the right to disqualify any Bidder whose Litigation History could (in the determination of BIAL) adversely affect the interest of BIAL to perform the contract. 4.5.2 Following additional declaration needs to be submitted by the 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 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 Services / works / performance of Services/ works in the last 10 years Information Document-MMTH Page 6 of 7

viii. ix. Not have had any liquidated damages in last 5 years 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 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 Bidder shall be made available in TCIL e- portal. 5 SUBMISSIONS AND COMMUNICATION: 5.1 Special Instructions to Bidders: 5.1.1 Bidders shall follow the e-tendering instructions 5.1.2 The RFP can be viewed / downloaded from TCIL e-portal https://www.tcilindia-electronictender.com from 4 th January 2018 to 16.00 hours IST on 24 th January 2018 SL. NO. EVENT DESCRIPTION DATE 1 RFP issue date 4 th January 2018 2 Last date for receiving question regarding the RFP 17.00 hrs IST on 10 th January 2018 3 Pre-bid Meeting Not Applicable 4 BIAL s response to questions regarding the RFP 17.00 hrs IST on 16 th January 2018 5 Proposal Submission Date 18.00 hrs on 24 th January 2018 Submission is online on TCIL e- portal 5.1.3 Bidders shall submit their duly signed Proposal online through TCIL e- portal. Proposal must be submitted online at https://www.tcil-indiaelectronictender.com on or before 18.00 hours IST on 24 th January 2018. 5.1.4 Proposal submitted through any other mode shall not be entertained. 5.2 Address for Communication: Vice President-Contracts & Procurement Consultancy Services for Planning and Design of Multi-Mode Transportation Hub(MMTH). 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 Information Document-MMTH Page 7 of 7