road/pavement & drainage works for car ... -p4.pdfbangalore international airport limited volume...
TRANSCRIPT
Bangalore International Airport Limited
Volume – 1
Invitation to Tender
REQUEST FOR PROPOSAL (RFP)
FOR
“ROAD/PAVEMENT & DRAINAGE WORKS FOR
CAR PARKING FACILITY- P4”
at
Kempegowda International Airport, Bengaluru
Bangalore International Airport Limited
Kempegowda International Airport, Bengaluru
Devanahalli, Bangalore - 560 300
December, 2016
Page 1 of 33
DISCLAIMER
1. This Request for Proposal (RFP) is issued by Bangalore International Airport Limited (“BIAL”). Proposals are invited from the Bidders who possess valid statutory registrations and who are capable of undertaking the Project for the “Road / Pavement & Drainage Works for Car Parking Facility – P4” preferably in operational airport.
2. The information contained in this RFP document to the qualified applicants
(“Bidders”), in documentary or any other form by or on behalf of BIAL or any of their
employees or advisers, is provided to the Bidders on the terms and conditions set out
in this RFP and such other terms and conditions subject to which such information is
provided.
3. This RFP is neither an agreement nor an offer by BIAL to the prospective Bidders or
any other person. The purpose of this RFP is to provide Bidders with information that
may be useful to them in the formulation of their responses (“Proposal”) pursuant
to and in accordance with this RFP. This RFP includes statements, which reflect
various assumptions and assessments arrived at by BIAL in relation to the scope of
Work. Such assumptions, assessments and statements do not purport to contain all
the information that each Bidder may require. This RFP may not be appropriate for
all persons, and it is not possible for BIAL, its employees or advisers to consider the
objectives, technical expertise and particular needs of each party who read or use
this RFP. The assumptions, assessments, statements and information contained in
this RFP may not be complete, accurate, adequate or correct. Each Bidder should,
therefore, conduct its own investigations and analysis and should check the
accuracy, adequacy, correctness, reliability and completeness of the assumptions,
applicable rates, duties, cess and taxes, applicable statutory laws and provisions,
assessments and information contained or required pursuant to this RFP. Any
character or requirement of the Project Site, which may be deemed to be necessary
by the Bidder should be independently established and verified by the Bidder.
4. Information provided in this RFP to the Bidders is on a wide range of matters, some
of which depends upon interpretation of law. The information given is not an
exhaustive account of statutory requirements and should not be regarded as a
complete or authoritative statement of law. BIAL accepts no responsibility for the
accuracy or otherwise of any interpretation or opinion on the law expressed herein.
5. BIAL, its employees and advisers make no representation or warranty and shall have
no liability to any person including any Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for
any loss, damages, cost or expense which may arise from or be incurred or suffered
on account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, reliability or completeness of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of
this RFP or arising in any way in this Bidding Process. BIAL also accepts no liability of
Page 2 of 33
any nature, whether resulting from negligence or otherwise, however caused arising
from reliance of any Bidder upon the statements contained in this RFP.
6. This RFP along with its Annexures are not transferable. The RFP and the information
contained herein are to be used only by the person to whom it is issued. It may not
be copied or distributed by the recipient to third parties (other than in confidence
to the Bidder’s professional advisors). In the event that the Bidder does not continue
with its involvement in the Project in accordance with this RFP, this RFP must be
kept confidential.
7. BIAL may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained
in this RFP.
8. The issue of this RFP does not imply that BIAL is bound to select a Bidder or to appoint
the selected Bidder, as the case may be, for the Project. BIAL reserves the right to
reject all or any of the Proposals without assigning any reasons whatsoever. This RFP
may be withdrawn or cancelled by BIAL at any time without assigning any reasons
thereof.
9. The Bidder shall bear all costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, investigations, expenses associated with any demonstrations or
presentations which may be required by BIAL or attending meetings or any other
costs incurred in connection with or relating to its Proposal. All such costs and
expenses will be borne by the Bidder and BIAL shall not be liable in any manner
whatsoever for the same, regardless of the conduct or outcome of the Bidding
Process.
10. The words and expressions beginning with capital letters and not defined herein, but
defined in the other Volumes of the RFP, shall, unless repugnant to the context, have
the meaning ascribed thereto therein.
Page 3 of 33
1. Introduction
Bangalore International Airport Limited (BIAL), a company incorporated under the
Companies Act, 1956, is engaged in the operation, management and the development
of the Kempegowda International Airport, Bengaluru (Airport). BIAL proposes to
undertake the “Road / Pavement & Drainage Works for Car Parking Facility – P4” in
operational Airport (herein referred to as the Project) and in this regard invites
Proposals from the Bidders for the same.
The Proposals submitted by the Bidders shall comply with all the requirements stated
in this RFP and the Contract. Based on final evaluation, the successful Bidder will be
selected and notified (hereinafter referred to as the “Contractor”). The notification
of award of the contract by BIAL shall be followed by execution of the Contract
between BIAL and the Contractor, recording the terms and conditions for executing
the Project (as per the template provided in Volume 2 of RFP). The Contract shall be
an item rate contract wherein the Unit Rate(s) are for the finished work as per the
terms of the Contract. BIAL shall also have the right to modify, delete or add to the
Scope of Works at any point in time, during the Bidding Process and thereafter during
Execution of the Works, as per the terms of the Contract. The Bill of Quantities (BOQ),
forming part of this RFP, is derived from the estimated quantities and is liable to
change as per the actual quantities Executed, re-measured and approved by BIAL and
as shall be as per the terms of the Contract. The Scope of Work is envisaged to be
completed over a period of 2 ½ (two and half) months. BIAL also reserves the right to
modify, delete or add to the Scope of Work at any point in time, during the Bidding
Process and thereafter during Execution, as per the terms of the Contract.
2. Submission of Proposal
2.1 This RFP is open to applicants which should be a company incorporated in India.
2.2 Joint ventures/consortiums are not permitted to participate in the Bid process.
2.3 The Proposal shall comprise of two parts – Technical Proposal and Financial Proposal.
2.4 The Bidders shall prepare and submit Technical and Financial Proposals to BIAL in
separate sealed envelopes super-scribed with the details of the Proposal to the address
mentioned in the RFP.
2.5 The Technical Proposal shall comprise of the following:
2.5.1 Part - 1
A letter on the letter head of the Bidder, signed by the Authorised Signatory,
as per Annexure-1: Form 1 and the Covering Letter of Volume 1: Invitation
to Tender
2.5.2 Part - 2
Page 4 of 33
Completed form, and its required attachments, as provided in Annexure-2:
RFP Questionnaire, of Volume 1: Invitation to Tender.
2.5.3 Part - 3
A Power of Attorney duly notarized or certified true copy of a Board Resolution
in favor of signatory of the Proposal, authorizing the signatory of the Proposal,
to submit the Proposal on behalf of the Bidder (“Authorised Signatory”) and
to execute and perform the Contract (if awarded). In case a Power of Attorney
is provided, the board resolution (or equivalent) in favour of the individual(s)
authorizing the signatory shall also be provided.
2.5.4 Part – 4
2.5.4.1 Part- 4.1
Proposed Organization Structure & Key Personnel Deployment
2.5.4.1.1The Bidder shall provide details of its proposed Organisation
Structure and, at its option, a description (maximum 5 (five) pages),
which should demonstrate the following:
Suitability to cover the overall Scope of the Work;
Identification of the proposed Professionals, reporting relationships,
authority matrix and internal interfaces;
Availability, involvement and commitment of proposed team to
undertake specialized works like and also to perform the Work for the
Project during its different stages.
2.3.4.1.2The Bidder shall be obliged to include all such personnel that it
submits as part of its Proposal for the Execution of the Works as per the
terms of the Contract, if selected as the Contractor. Any change in the
deployment of personnel, shall be only with the prior written approval of
BIAL.
2.5.4.2 Part – 4.2
Experience in performance of similar works
The Bidder shall provide such details of itself, which shall demonstrate previous experience of having undertaken & satisfactorily completed similar nature and Scope of work as in this Project including performance of works in an operational environment controlled by high security. Experience in ‘Construction of Roads, Pavement and Drainage, Road / Lane markings, boom barriers, crash barriers, convex mirrors and miscellaneous works” for airport development are vital elements of this Project and hence the previous experience should reflect their ability and potential to perform the job smoothly in a given time. The bidder shall provide summary of experience satisfactorily completed in last 3 to 5 years to be attached to Annexure 3b of Volume 1: Invitation to Tender along with the supporting documents.
The Bidder shall provide Curriculum Vitae (CV), as per the format attached in Annexure 3a of Volume 1: Invitation to Tender, of the proposed Project In-Charge (maximum 4 (four) pages) who will lead and direct the team and other Professionals (maximum 2 (two) pages per Professional) it intends to
Page 5 of 33
engage as part of its team for the performance of Work. The Project In-Charge shall have a minimum experience of 7 years of having performed similar Work involving Civil Construction of flexible pavements, Electrical installation, Storm Water Drain, PHE, FPS and other associated work. The CVs shall include details indicating previous instances where the individual performed Works similar to this Project. The Bidder shall provide details of such assignments relevant project specific information including the value of the project, services provided for the project; records of the individual’s accomplishments and the client name, current address and phone number for reference purposes. BIAL may at its discretion, contact such references for verification. The Bidder shall be obliged to perform the Works, using the proposed Project In-Charge and other Professionals as submitted in the Technical Proposal, if selected as the Contractor by BIAL. BIAL’s evaluation of the Bidder’s Proposed Organization Structure, Key Personnel Deployment, proposed Project Manager along with Bidder’s experience in this respect will form one of the criteria for evaluation.
2.5.4.3 Part – 4.3
Construction Methodology and Work Plan (maximum 30 pages)
The Bidder shall include a detailed narrative on the approach, plans (to match
the Scope of Work, including milestones & timelines) to demonstrate its:
Understanding of Scope of Work 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 Work; in the space provided in Annexure 6 –of Volume 1: Invitation to
Tender
Stage wise Deliverables;
Deployment of plant, tools & machinery and manpower mobilisation plan,
Proposed roles and responsibilities for Professionals;
EHS & QA/QC Plan- Bidder’s plans to execute, monitor and report the work;
EHS & QA/QC procedures as they would apply to this Project: in the space
provided in Annexure 7 –of Volume 1: Invitation to Tender
Interface management plan - the ability to work with multiple stakeholders
(BIAL Operations team, Other BIAL appointed Contractors) manage the
interface and co-ordination.
2.5.5 Part - 5
A copy of the RFP, all its Volumes, its Annexures, including any addendums or
corrigendum issued, initialed and sealed on every page by the Authorised
Signatory to indicate acceptance and acknowledgement of the RFP.
The Bidder’s acceptance and acknowledgment will form one of the criteria for
evaluation.
2.5.6 Part 6
Page 6 of 33
Completed from and its required attachments as provided in Annexure – 8; Financial
Information certified by the Bidders Statutory Auditor / practicing Chartered
Accountant.
2.5.7 Part 7
Litigations History:
Bidder shall provide litigations or arbitrations in the attached Annexure -9-
Annexure 9: Litigation History in respect of:
a) any contracts executed or in progress in the past 5 (five) years or any
claims made on any bank guarantees or corporate guarantee provided
by the bidder
b) litigations or arbitrations against any government entity;
c) litigations or arbitrations against BIAL or any of its subsidiaries and/or
associate companies;
d) Bidder to provide confirmation that there are no pending
investigations or proceedings in respect of any money-laundering,
corruption or anti-bribery laws;
e) Bidder to provide confirmation that, in the past 5 years, there have
been no investigations or proceedings in respect of any money-
laundering, corruption or anti-bribery laws.
Documentary Evidence of the following:
a) General Information of Company as per attached Form-1, Annexure 1.
b) The RFP has to clearly outline the legal structure of the Bidder
c) Detailed Bidder Profile
d) Any Additional Information
2.6 The Financial Proposal shall comprise of the following (Closed envelope, super scribing
“Financial Proposal”):
2.6.1 Financial Proposal shall be on the letter head of the Bidder duly signed by the
Authorised Signatory of the Bidder as per Annexure-5 of Volume 1: Invitation to
Tender. The Hard Copy of the priced Bill of Quantity (BOQ), as per Vol.3 –
Employer’s Requirements, Section C- Bill of Quantity (BOQ), shall be annexed
to the above mentioned Annexure- 5 and shall also be signed on all pages by the
Authorised Signatory. The priced Bill of Quantity (BOQ) as annexed shall
containing the Unit Rates (along with the break-up of applicable taxes) offered
by the Bidder against each item/description of work (or equivalent), for
undertaking the Works.
2.6.2 The Bidder has to mandatorily provide a Unit Rate for every item/description of
Work (or equivalent) in the BOQ.
2.6.3 Unit Rates provided in the hard Copy of the priced BOQ shall be deemed to be
valid and prevail.
2.6.4 Bidder shall raise the queries related to the RFP. Further, any conditional
financial proposal submitted may get rejected.
Page 7 of 33
2.7 The Bidder shall be deemed to have satisfied itself:
2.7.1 Regarding the correctness and sufficiency of the Unit Rate which shall, cover
all its obligations under and in relation to the Contract and all matters and
things necessary for the proper Execution of the Works, whether the same is
expressly provided for in the Contract or is to be reasonably inferred there from
or is necessarily incidental thereto,
2.7.2 That the quantities specified in the Bill of Quantities may vary based on actual
Execution of Work and that the Unit Rate is not contingent on the quantity
mentioned therein, and that no variation of the Unit Rate shall be permitted
until Completion or for any reason whatsoever, notwithstanding the quantity
of work performed under such schedule during the tenure of this Project
2.8 The language for all written communication shall be English and currency shall be
Indian Rupee.
3. SCHEDULE FOR BIDDING PROCESS
BIAL shall endeavour to adhere to the following schedule:
SL.
NO.
EVENT DESCRIPTION DATE
RFP Issue Date 08.12.2016
1 Last date for receiving question regarding the
RFP 16.12.2016
2 Pre-bid Meeting NA
3 BIAL’s response to questions regarding the
RFP 19.12.2016
4 Proposal Submission Date 28.12.2016
4. Validity
4.1 The Proposal shall be valid for a period of one hundred and eighty (180) calendar days
from the Proposal Submission Date (as defined in this RFP).
4.2 Prior to expiry of the bid validity period, BIAL may request the Bidders for a specified
extension in the period of validity. The request and the response thereto shall be made in
writing. A Bidder agreeing to the request shall not be permitted to modify its Proposal,
but shall be required to extend the validity of its Proposal and the Tender Bond (if
required) correspondingly. All the terms of the RFP shall continue to be applicable during
the extended period of validity.
5. Format and Signing of Proposal
Page 8 of 33
5.1 It is obligatory on the part of the Bidder to submit all information required as per
this RFP, failing which the Proposal shall be deemed to be incomplete and disqualified.
5.2 BIAL reserves the right to evaluate only those Proposals that are received in the
required format, complete in all respects and in accordance with the instructions
contained in this RFP.
5.3 The Bidder shall prepare and submit the Technical Proposal in original along with
a copy and a pen drive containing a scanned copy of only such requirements stated in
Clause 2.3 of Volume 1: Invitation to Tender.
5.4 The Bidder shall prepare and submit the Financial Proposal (Ref. Clause 2.4 of
Volume 1: Invitation to Tender) in original along with a pen drive containing the
editable native MS Excel version copy of the same.
5.5 The Proposal shall be bound, signed and each page shall be initialed by the
Authorized Signatory of the Bidder.
5.6 The Technical Proposal (Original + Copy + Pen drive) and the Financial Proposal
(Original + Pen drive) shall be submitted in two separate envelopes. These two
envelopes shall be submitted in a single outer envelope. In case of any conflicts
between the Original and the Copy or the contents of the Pen Drive, the Original shall
prevail.
5.7 The Envelopes enclosed shall clearly mark the document as “Technical Proposal”
or “Financial Proposal” and the copies shall indicate “Original” or “Copy”.
5.8 The outer envelope should clearly mention the following details:
PROPOSAL for the “Road / Pavement & Drainage Works for Car Parking Facility – P4”
at Kempegowda International Airport, Bengaluru”
To
Vice President-Contracts & Procurement
Bangalore International Airport Ltd.
Project Head Office,
Kempegowda International Airport Bengaluru,
Devanahalli, Bangalore - 560 300
Phone No: 080 – 66782431
Proposal due Date and Time: 1600 hrs. on 28 December, 2016
<Authorised Signatory, Name of Bidder and Bidder’s Address>
Page 9 of 33
5.9 Proposals must be received no later than 1600 hrs. on 28 December, 2016 (“Proposal
Submission Date”) in the manner specified in the RFP document at the address given in
Clause 5.8, above. BIAL will not be responsible for any delay, loss or non-receipt of
Proposal sent by post/courier or any other mode. Further, BIAL shall not be responsible
for any delay in receiving the Proposal.
5.10 BIAL may, in exceptional circumstances and at its sole discretion, extend the Proposal
Submission Date by issuing an Addendum to the Bidders.
5.11 The Proposal shall contain no alterations or additions, except those to comply with
instructions issued by BIAL or as necessary to correct errors made by the Bidder, in which
case such corrections shall be initialed by the Authorised Signatory and sealed.
6. Questions regarding the RFP:
6.1 Any discrepancies, omissions, ambiguities or conflicts in or among the documents
forming part of the RFP, including the Contract or the Scope of Work, or any doubt as
to their meaning should be called to the attention in writing by e-mail to
[email protected], [email protected], [email protected]
before 15:00 hrs IST on 16 December, 2016 .
7. Addendums / Corrigendum
7.1 BIAL shall at its discretion choose to issue a clarification or modify the RFP vide an
Addendum or Corrigendum. The Bidders shall disregard any oral instructions issued by
any person, unless issued in writing by BIAL’s representative.
7.2 Any Addendum or Corrigendum issued, shall form a part of the RFP pursuant to this
Clause, and shall be communicated by email to all the Bidders.
7.3 In case of issuance of Addendum or Corrigendum, the Bidders who have already
submitted their Proposals, need not resubmit their Proposal, but can submit the
modification to the Proposal, if desired. If the Bidder, chooses not to modify their
Proposal, pursuant to the Addendum or Corrigendum, it shall provide an undertaking
to this effect to BIAL. Bidders who do not submit any modification or the required
undertaking shall be disqualified.
8. Conditions & Bidder’s Responsibilities:
8.1 It is the sole responsibility of the Bidder to:
8.1.1 Visit and examine the site of works and its surroundings at Bidders
expense and obtain all information required for preparation of the Proposal.
Permission for such visit will be organized on prior request to BIAL, with
documents as required. No claim whatsoever shall be entertained for extra
expenses or extension of time on the grounds that the information provided or
collected is inadequate.
Page 10 of 33
8.1.2 The Bidder shall keep indemnified BIAL, from and against and in respect
of damages, liabilities, losses, costs, charges, fees and expenses, including
without limitation reasonable legal fees and expenses, (i) brought against
BIAL’s representatives by any third party as a result of such investigation/
inspection by Bidder and or its Personnel(s); (ii) any damages losses arising out
of theft of tangible/ intangible property (iii) any claim arising from the death,
personal injury or for loss or damage to tangible property of BIAL arising out of
any omission or commission of Bidder or its personnel(s).
8.1.3 Examine and understand the RFP documents, including all the volumes,
annexures/appendices and to verify their completeness.
8.1.4 Promptly inform BIAL, in the event that there are any pages or documents
obviously missing or erroneously inserted in the documents supplied or there
are any concerns implied or related to but not specifically mentioned, as per
Clause 6.1 of Vol.1 of the RFP;
8.1.5 Obtain and maintain permits for complying with all the laws, orders,
regulations or other instructions issued by all statutory authorities in India for
the purposes of the Bidding Process.
8.1.6 Ensure that, the Bidder is liable for the entire Bidding Process and if
selected as the successful Bidder, then it shall be liable for the performance of
the Project.
8.1.7 The Bidder shall not alter its composition or legal status without prior
written consent of BIAL. BIAL reserves the right to not to give its consent for
any such aforesaid change in composition, if the same is prejudicial to the
interest of BIAL.
8.2 By submitting the Proposal, the Bidder agrees that:
8.2.1 The Bidder shall protect BIAL from all claims for patented methods, processes,
materials, inventions, and appliances in connection with the fulfilment of this
RFP and the Work, if awarded, at the Bidder’s own costs and expenses;
8.2.2 Works to be performed shall meet all quality codes in accordance with good
Good Industry Practices and would be performed in compliance with all
applicable laws;
8.2.3 The receipt of a Proposal by BIAL shall indicate that the Bidder understands the
requirements and shall perform the Works proposed in accordance with the
terms of the bid documents including this RFP and the Contract;
8.2.4 If the Selected Bidder fails to meet any specified delivery schedules, BIAL shall
have the option of cancelling any and all purchase orders or Contracts issued
to the Bidder in connection with this RFP; and
Page 11 of 33
8.2.5 All costs for preparation, submittal and/or delivery of the Proposal incurred by
the Bidder shall be the sole responsibility of the Bidder and shall not be paid
by BIAL.
9 Confidentiality:
9.1 BIAL and the Bidder shall ensure the confidentiality of all documents supplied by either
party.
9.2 The Bidder agrees that BIAL shall use the Proposal submitted by the Bidder for securing
approvals and/or in case of any enquiry issued by a court of competent jurisdiction, if
required.
9.3 Any BIAL’s sensitive or proprietary information included in this RFP such as
specification, drawing, and related data shall remain BIAL’s property, shall be kept
confidential, shall be used only for the purpose of complying with this RFP, and shall
not be disclosed to any third party. Bidders shall be required to return or destroy (as
instructed by BIAL) all copies of any sensitive or proprietary information provided to it
during the Bidding Process
9.4 All data and information contained in or disclosed by this document is confidential and
proprietary information of BIAL and all rights therein are expressly reserved. By
accepting this material, the Bidder agrees that this material and the information
contained therein is held in confidence and in trust and shall not be used, copied,
reproduced in whole or in part, nor its contents revealed in any manner to others
without the express written permission of BIAL.
10 Assignment:
10.1 Any assignment by the Bidder of the RFP or of any rights hereunder, in any manner,
by operation of law or otherwise, without the prior written consent of BIAL, shall be
void. Any such consent shall not relieve the Bidder from its obligations under the
RFP/Contract.
10.2 The Bidder shall not give, bargain, sell, assign or sublet or otherwise dispose the RFP
or any part thereof, or the benefit or advantage of being the Bidder or any part thereof
to any third party.
11 Law and Jurisdiction:
The Proposal shall be considered, governed by and interpreted in accordance with the
laws of Republic of India. The courts in Bangalore shall have exclusive jurisdiction in
relation to all matters related to this RFP, Contract and the Bidding Process.
12 Award Process:
12.1 BIAL shall conduct the award process in a fair and non-discriminatory manner.
Canvassing in any form, unsolicited letter and post bid correction will invoke
summary rejection of the Proposal.
Page 12 of 33
12.2 Conditional Proposals may be rejected. The Bidder shall comply with all the terms and
conditions set out in the RFP and its appendices while submitting its Proposal.
12.3 BIAL will evaluate the Technical Proposals based on the Evaluation Criteria as below:
Sl.
No.
Technical Criteria %
C1 Experience in performance of works in airport premises 5
C2 Manpower Resources (Staff & Workmen) 10
C3 Machinery Resources 15
C4 Construction of flexible pavements & Storm Water Drain 35
C5 Construction methodology adhering to the time schedule as
specified
10
C6 EHS and QA/QC Plan 15
C7 Adherence to Terms and Conditions proposed by BIAL 10
12.4 The Financial Proposals of only those Bidders whose Technical Proposals are
determined to be fulfilled as per the above evaluation criteria, will be considered for
the Bid Stage.
12.5 BIAL reserves the right to negotiate with all or any of the Bidders whose Financial
Proposals are being evaluated, to determine the successful Bidder.
12.6 Tests of responsiveness
12.6.1 Prior to the evaluation of Proposals, BIAL shall determine whether each
Proposal is responsive to the requirements of this RFP. A Proposal shall be
considered responsive only if:
a. Proposal including all the volumes, annexures/appendices is received
physically by the Proposal Submission Date including any extension thereof
pursuant to Clause 5 of this RFP;
b. It is initialled and sealed as stipulated in this RFP;
c. It is accompanied by the power of attorney as mentioned in Clause 2.3.3
of this RFP;
d. It contains all the information (complete in all respects) as requested in
this RFP and /or bidding documents (in formats same as those specified);
e. It does not contain any conditions or qualifications; and
f. It is not non-responsive in terms hereof.
12.7 BIAL reserves the right to check, decide and determine the Proposals as substantially
responsive for any arithmetic errors. Errors will be corrected by the BIAL as follows:
Page 13 of 33
12.7.1 If there is a discrepancy between the amounts in figures and in words, the
amounts in words will govern;
12.7.2 If the error is in extending Unit Rate to the “amount” column, then the Unit
Rate shall govern and the extension product of rate and quantity into the
“amount” column shall be corrected accordingly; and
12.7.3 If the error is in transcribing sums or prices, or in summing amount columns,
then the transcription or summation error shall be corrected accordingly.
The amount stated in the Proposal will be adjusted by BIAL in accordance with the
above procedure for the correction of errors and, with the concurrence of the Bidder,
shall be considered as binding upon the Bidder. If the Bidder does not accept the
corrected amount the Proposal will be rejected.
12.8 To facilitate evaluation of Proposals, BIAL may, at its sole discretion, seek
clarifications in writing from any Bidder regarding its Proposal.
12.9 BIAL reserved the right to reject or accept any Proposal which is non-responsive and
no request for alteration, modification, substitution or withdrawal shall be entertained
by BIAL in respect of such Proposal.
12.10 After selection, a Letter of Intent (the “LOI”) shall be issued, in duplicate, by BIAL
to the Selected Bidder and the Selected Bidder shall within three days of the receipt
of the LOI, sign and return the duplicate copy of the LOI in acknowledgement thereof.
In the event the duplicate copy of the LOI duly signed by the Selected Bidder is not
received by the stipulated date, BIAL may, unless it consents to extension of time for
submission thereof, appropriate of such Bidder as damages on account of failure of the
Selected Bidder to acknowledge the LOI.
12.11 After acknowledgement of the LOI as aforesaid by the Selected Bidder, it shall cause
the Selected Bidder to execute the Contract within number of days as decided by BIAL.
The Selected Bidder shall not be entitled to seek any deviation, modification or
amendment in the Contract.
12.12 BIAL reserves the right to award contracts for individual projects or for any
combination of projects deemed to be most advantageous to BIAL. Notwithstanding
any other provision of this RFP, BIAL expressly reserves the right to:
a. Waive any immaterial defect or informality;
b. Reject any or all Proposals, or portions thereof; or
c. Reissue an invitation for Proposal.
12.13 BIAL, by written notice and with or without cause, shall also have the right to
terminate the Contract when it is determined that the Contract is not in the best
interest of BIAL.
Page 14 of 33
12.14 BIAL reserves its right to accept any Proposal and to reject any or all the Proposals
received without any reason or can change the process of the selection at any time
during or after the RFP process. BIAL shall not be responsible to any Bidder/ persons
on any account if it exercises such rights.
13. Verification:
BIAL reserves the right to verify all statements, information and documents submitted
by the Bidder in response to the RFQ, the RFP or the Bidding Documents and the Bidder
shall, when so required by BIAL, make available all such information, evidence and
documents as may be necessary for such verification. Any such verification, or lack of
such verification, by BIAL shall not relieve the Bidder of its obligations or liabilities
hereunder nor will it affect any rights of BIAL thereunder.
14. Misrepresentation/ Fraud/ Breach of Terms and Conditions:
If the Bidder wishes to withdraw its Proposal (on its own account) after the Proposal
Submission Date or it is discovered at any point of time that the Bidder has suppressed
any fact or given a false statement or has misrepresented or committed act of
fraudulent nature or has violated any of the terms of this RFP, the Bidder may be
disqualified forthwith if not yet appointed as the Contractor, either by issue of the LOI
or entering into the Contract, and if the Selected Bidder has already been issued the
LOI or has entered into the Contract, as the case may be, the same shall,
notwithstanding anything to the contrary contained therein or in this RFP, be liable to
be terminated, by a communication in writing by BIAL to the Selected Bidder or the
Contractor, as the case may be, without BIAL being liable in any manner whatsoever
to the Selected Bidder or the Contractor. In such an event, the Bidder shall not be
entitled to any compensation whatsoever, or refund of any other amount, if any, paid
by him. Further, the Bidder shall be debarred for a period of 3 (three) years from
participating in any BIAL’s works.
15. CONFLICT OF INTEREST
A 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 for the LOI, as opined by BIAL at its sole discretion. A 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 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).
16. List of documents forming part of RFP:
16.1 Volume 1: Invitation to Tender
16.1.1. Annexure – 1: Form 1 & Covering letter
Page 15 of 33
16.1.2 Annexure – 2: RFP Questionnaire
16.1.3 Annexure – 3a: Format of Curriculum Vitae (CV) For Proposed Project Manager
16.1.4 Annexure – 3b: Format of Experience
16.1.5 Annexure - 4: Not Used
16.1.6 Annexure-5: Form for the Financial Proposal on the letter head and priced Bill
of Quantity (BOQ)]
16.1.7 Annexure 6: Construction Methodology and Work plan
16.1.8 Annexure 7: QA/QC & EHS Plan
16.1.9 Annexure 8: Financial Information
16.1.10 Annexure 9: Litigation History
16.2 Volume 2: Contract Agreement, General Conditions of Contract and its 12
(twelve) Schedules
16.3 Volume 3: Employer’s Requirements
16.3.1Section A – General Requirements and its 6(Six) Annexures
16.3.2 Section B – Scope of Work and Technical Specifications
16.3.3 Section C – Bill of Quantities and soft copy to be filled and returned as
part of Financial Proposal)
16.4 Volume 4- The Employers Requirements -Drawings
16.5 Volume 5: Reference Documents
16.5.1 Section A – Project EHSMS Procedures
16.5.2 Section B: Passenger Terminal Building Evacuation plan
16.5.2 Section C: QA/QC Documents
16.6 any other document
Page 16 of 33
FORM -1
General Information
Bidder Information
Registered name:
Type of Company
Country of constitution
Year of constitution
Registered address in the country of
constitution
Authorized representative
(name, address, telephone numbers, fax
numbers, e-mail address)
Bidder’s registered address in India <where applicable>
Important Note:
Please provide a certified true copy of the constitutional documents of the Bidder
Please provide board resolution/duly notarized power of attorney in favor of
authorized representative authorizing him/her to submit the RFP
The Bidder has to submit all the statutory documents along with the RFP document
Page 17 of 33
Annexure -1 : Covering Letter
[On Bidder’s letterhead]
[Location, Date] To: Vice President-Contracts & Procurement Bangalore International Airport Ltd. Project Head Office, Kempegowda International Airport, Bengaluru Devanahalli, Bengaluru - 560 300
Dear Sirs: Subject: Proposal in response to the Request for Proposal for “Road / Pavement &
Drainage Works for Car Parking Facility – P4” at Kempegowda International Airport,
Bengaluru”
1. Having read, carefully examined and understood the above Request for Proposal, the
attached Contract and all annexure and other documents attached thereto and all subsequent addenda and clarifications issued pursuant thereto (collectively the “RFP”), we hereby offer to execute the scope of Work (as defined in the RFP) in accordance with the terms of the RFP.
2. We hereby agree and confirm that our Proposal has been prepared strictly in conformance with the instructions in the RFP (including the forms set forth therein) and that we shall at all times act in good faith and abide by the terms and conditions of the RFP during the Bidding Process.
3. We agree that we have inspected and examined the RFP documents and have ascertained that they contain no inconsistencies, errors or discrepancies and have otherwise familiarized ourselves with all conditions of the RFP which may affect our proposal and all queries on other contractual matters have been addressed.
4. Without prejudice to the generality of the foregoing:
(a) We undertake to keep our Proposal valid and open for acceptance without
unilaterally varying or amending its terms for the Proposal validity period as provided under the RFP;
(b) We agree that if our Proposal is accepted, we shall execute the Contract
within a period of <Insert> (<in words>) days from the date of communication of acceptance, provide the necessary indemnities & insurances and obtain and provide the [Advance Bank Guarantee] and [Performance Guarantee], all in accordance with the RFP;
(c) We agree to continue to keep in force a valid tender bond (if required) as
stipulated in the RFP; (d) We acknowledge and agree that the acceptance of our proposal and award of
the contract, and the cancellation or modification of the RFP at any stage is at BIAL’s sole discretion and any decision taken by BIAL in relation to the RFP
Page 18 of 33
(including any award) is final and binding on us and we shall have no rights or claims arising out of or in relation to any decision of BIAL in relation to the RFP or the selection process thereunder; and
(e) We acknowledge and agree that BIAL is not bound to accept the lowest or any
Proposal or offer that BIAL may receive.
5. We represent and warrant to BIAL that as of the date of submission of the Proposal and till the end of the Proposal validity period (as may be extended): (a) the information furnished by us is complete, accurate, unconditional and
fairly presented; (b) we have the necessary technical and financial ability and adequate skilled
and experienced resources for undertaking the scope of Work if our Proposal is accepted;
(c) we have all licences, approvals and permissions as required under applicable
laws to perform the scope of Work and we are in compliance with all the terms and conditions of the RFP;
(d) there is no information, data or documents which have not been disclosed
which may prejudicially affect BIAL’s evaluation or decision in relation to the award of the Contract;
(e) we have all the necessary corporate and statutory approvals and
authorizations to participate in this RFP and to submit the Proposal (Technical and Financial) as a binding offer in response to the RFP, the Non-Disclosure Agreement and all other documents that are required to be submitted pursuant to the RFP, and to execute and perform the Contract (if awarded);
(f) we or the personnel we intend to engage for this assignment are not
disqualified from undertaking the assignment on account of security clearance by the Government of India, any relevant authority of the Government of India or by any international agency or other governments and that at all times we shall provide any information required to assess the same; and
(g) we have factored in all costs and expenses for undertaking the scope of Work
in accordance with the terms and obligations specified in the Contract and the RFP in the preparation of our Financial Proposal and that the same is sufficient and reflects our no-regret offer in all respects.
In the event of occurrence of any events or circumstances that would render any of the foregoing representations and warranties untrue or invalid, we covenant to promptly notify BIAL of the same.
6. We declare that there has been no material adverse change in our financial and
technical capability with reference to and including any additional exposure to financial and/or legal risks to us, since the date of submission of our Expression of Interest/Request for Proposal whichever is issued earlier. We further declare that we have not been declared ineligible for corrupt or fraudulent practices in any tendering process.
Page 19 of 33
7. We undertake that we will intimate BIAL of any material change in facts, circumstances, status or documentation relating to us during the Proposal validity period (as may be extended in accordance with the RFP).
8. This Proposal shall be construed, interpreted and governed, in all respects, by the laws of India, without reference to its conflict of law principles. The courts at Bengaluru shall have exclusive jurisdiction in respect of all matters arising out of the RFP.
9. We have agreed that [______________________] [Insert Authorised Signatory’s name] will act as our representative and has been duly authorized to submit the Proposal and authenticate the same, make amendments thereto and undertake such other actions as set out in the power of attorney/resolution of the board of directors/authorization attached with this Proposal, which will be binding on us.
10. We have provided details, in accordance with the instructions and in the form required by the RFP and have attached the same as appendices to this Technical Proposal. These documents form an integral part of this Technical Proposal:
Part 2 – RFP Questionnaire Part 3 – Power of Attorney Part 4 – 4.1 Proposed Organization Structure & Key Personnel Deployment
Part 4 – 4.2 Experience in performance of similar works
Part 4-4.3 Construction Methodology and Work Plan along with Deployment of plant & machinery, manpower mobilisation plan and EHS & QA/QC Plan Part 5 - Acceptance and acknowledgement of the RFP Part 6 – Tender Bond (Not Applicable) Part 7: Financial Information Part 8: Litigation History Part 9: Other documents
11. Capitalised terms and conditions used in this letter but not defined herein shall have
the meaning ascribed to such term under the RFP. Yours sincerely, For and on behalf of [name of Bidder] Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Bidder: Address: <Seal of Bidder> <Board Resolution Details>
Page 20 of 33
Annexure – 2
[RFP QUESTIONNAIRE]
1. BIDDER 1.1 Full Name 1.2 Jurisdiction of Incorporation 1.3 Registration Number 1.4 Registered Address
2. Incorporation Documents
2.1. In case of a firm 2.1.1. Registration certificate 2.1.2. Registration Number (CIN) 2.1.3. Registered Address
2.1.4. Power of Attorney of Authorized Signatory (Certified true copy)
2.1.5.
Tax Registration Details - VAT - Service Tax - Income Tax
2.1.6. Any other
2.2. In case of Company 2.2.1. Certificate of incorporation, Memorandum and Articles of Association, CIN 2.2.2. Board Resolution/Power of Attorney of Authorized Signatory (Certified true copy)
3. Contact Person for this Proposal
3.1. Name
3.2. Address for Courier
3.3. Office Phone
3.4. Mobile Phone
3.5. Fax
3.6. E-mail Address
4. Bank Providing Tender, Other Bonds & insurances (as applicable)
4.1. Name of Bank
4.2. Branch of Bank
4.3. Letter from Bidder’s bank/insurance agent stating concurrence to provide necessary bonds/insurances if selected as the Consultant.
5. Disclosure of Interests
Please disclose here any beneficial financial interest which exists, or may exist, between yourselves and the following or their affiliates:
5.1. BIAL
5.2. The GVK group of companies 6. Certifications & Procedures
6.1. Please attach your current corporate Quality Procedure, Safety Manual and certification(s) for:
6.2. Quality, eg ISO 9000
6.3. Environmental Management, eg ISO 14000
6.4. Other relevant certifications 7. Assumptions in the proposed Proposal
Identify here any provision(s) of the Proposal to which if there is a change, would materially increase/decrease your price:
Page 21 of 33
8. Authorized Representative Certificate Full name Signature
Position Company Date
Page 22 of 33
Annexure – 3a
FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROJECT MANAGER Photograph Name of Firm :........................................................................................ Name of Staff :........................................................................................ Profession :.............................................................................................. Date of Birth : Years with Firm/Entity : ........................................... Nationality : .............................. Membership of Professional Societies :......................................................................... Employment Record : [Starting with present position, list in reverse order every employment held. List all positions held since graduation, giving dates, name of employing organisations, titles of positions held, and locations of assignments.]
S.N
o
Name
of
Employ
er
Post
Held
Project
Name and
location
Scope and
nature of
works
Project
Value in
INR
Individual
responsibili
ties
in the
Project
Client
of the
Project
Project
Start
and End
Dates
Education : [Summarise college/university and other specialised education, giving their names, dates attended, and degrees obtained.]
Sl
No.
Qualification/
Specialisation
Year of obtaining
qualification
Institute Name
Languages: [For English language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and writing] Certification by the Bidder and Project Manager We (Bidder Name) and the undersigned (Project Manager - Name and Address) undertake that this CV correctly describes the personnel considered for the post of the Project Manager, their qualifications and experience and BIAL would be at liberty to debar the Bidder and forfeit the Tender Bond (if required), if any information given in the CV, in particular the Summary of Qualification & past Employment is found incorrect or to be misrepresented. We further undertake that the undersigned have neither been debarred by any statutory/regulatory authority and will be available for the entire duration of the project if the <Bidder name> is selected to undertake the Project. Bidder Name and Authorised Signatory signature Project Manager Name and signature
Page 23 of 33
Annexure 3b
Experience statement for Works, broadly similar to the scope of Work Satisfactorily completed in the last 3 to 5 years,“ Road / Pavement & Drainage Works for Car Parking Facility – P4”
Sl.
No.
Owner/Authority for which the Bidder
undertook the works –
Owner Name, Address,
Representative and Contact
No.
Project Descripti
on
Similar Project Implementation
experience: scope of work,
performance, timely
completion, Employer
satisfaction, location etc.,
Project Start Date
& Completio
n Date
Value of the Project
completed (IR)
Value (in INR)
Note:
1. Certified true copies of the Completion certificate issued by the infrastructure owner/
prime contractor to be provided.
2. The conversion rate of all currencies shall be the daily representative exchange rates
published by the International Monetary Fund for the relevant date (proof of such
exchange rate shall be provided by the Bidder)
Page 24 of 33
ANNEXURE- 4: Not Used
Page 25 of 33
Annexure -5
<on Bidder’s Letter Head>
To:
Vice President-Contracts & Procurement Bangalore International Airport Ltd. Project Head Office, Kempegowda International Airport Bengaluru, Devanahalli, Bangalore - 560 300 Dear Sir,
Having fully considered the terms of the Request for Proposal for the “Road /
Pavement & Drainage Works for Car Parking Facility – P4”, we herewith submit
our Financial Proposal as below:
PART A
BOQ as per Annexure in Section C of Volume 3 to be filled in by the bidder.
PART B
Manhour Rates for each category of manpower & Contractor’s Equipment
(To be filled by Bidder)
Sl.No. Description Rates per hour (INR)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
<add rows as appropriate>
Page 26 of 33
Contractor’s Equipment: Rate/hour on
site
Rate/month on
site
1
2
3
4
5
6
Yours sincerely, For and on behalf of [name of Bidder] Authorized Signature [In full and initials]:
Yours sincerely, For and on behalf of [name of Bidder] Authorized Signature [In full and initials]: Name and Title of Signatory: Name & Address of Bidder: <Seal of Bidder>
Page 27 of 33
Annexure - 6
Construction Methodology & Work Plan
(to be submitted by Bidder)
Page 28 of 33
Annexure - 7
QA/QC & EHS Plan
(to be submitted by Bidder)
Page 29 of 33
Annexure-8
Financial Information
Annexure-8
Financial Information
Please attach audited financial accounts of the Applicant (and Affiliates, if applicable) for the last 3 Financial Years. 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 share holders
Note:
Contents of this form should be certified by the Statutory Auditor / practicing
Chartered Accountant.
The conversion rate of all currencies shall be the daily representative exchange rates
published by the International Monetary Fund for the relevant date (proof of such
exchange rate shall be provided by the Applicant)
BIAL shall consider the Proposal of the Bidders who fulfill the following
requirements:
1) Minimum Average Annual Construction Turn Over in the last 3 financial year shall
be minimum 3 Crores
2) Net worth as on 31st March 2016 shall be minimum 1 Crores; and
3) Cash and Bank Balances as on December 2016 (as on 4 working days before the
submission) shall be minimum of 1 Crores
BIAL reserves the right to qualify or to reject the proposal based on BIAL’s assessment
of the information provided.
Net Worth (In Indian Rupees)
Cash & Bank balances as on
December, 20,2016
(i) (ii) (iii) (iv) (v) = [sum of (ii)
to (iv)] ÷ 3 (vi)
Total
Financial Criteria *
Audited Annual Turnover for the past 3 Financial Years
Name of the Applicant and Affiliate, if any
FY 2013-14 FY 2014-15 FY 2015 -16 Average Annual
Construction Turn Over
Page 30 of 33
Annexure 9: Litigation History
a. Litigations or arbitrations in respect of any contracts executed or in progress in the
past 5 (five) years or any claims made on any bank guarantees or corporate guarantee
provided by the Applicant
Name of
counterparty
Main claims and
counterclaims and
amounts thereof
Court / arbitration tribunal
and rules (where relevant)
If any, the amount awarded to
the Applicant / counterparty OR
whether the dispute was settled
b. Litigations or arbitrations against any government entity:
Name of
counterparty
Main claims and
counterclaims and
amounts thereof
Court / arbitration tribunal
and rules (where relevant)
If any, the amount awarded to
the Applicant / counterparty OR
whether the dispute was settled
c. Litigations or arbitrations against BIAL or any of its subsidiaries and/or associate
companies
Name of
counterp
arty
Main claims and
counterclaims and amounts
thereof
Court / arbitration tribunal and
rules (where relevant)
If any, the amount
awarded to the
Applicant /
counterparty OR
whether the dispute
was settled
Note:
Page 31 of 33
Applicant to provide confirmation that there are no pending investigations or
proceedings in respect of any money-laundering, corruption or anti-bribery laws
Applicant to provide confirmation that, in the past 5 years, there have been no
investigations or proceedings in respect of any money-laundering, corruption or anti-
bribery law
BIAL reserves the right to qualify or to reject the proposal based on BIAL’s assessment
of the information provided.
Applicant to provide confirmation that it has not been blacklisted by any entity in India
or abroad
Please find FTP Link to the RFP for the below subject work to be taken up for Car Parking Facility at Kempegowda International Airport (KIA):-
a) Road / Pavement & Drainage Works for Car Parking Facility – P4 You are requested to follow the RFP process specified in the attachment and submit your response by 28 December 2016 16:00 Hrs. Internal Link : ftp://10.14.5.51/ (To be Used within BIAL Network) External FTP Link : ftp://ftp.bialairport.com (To be Used Outside BIAL Network) Username : bialftp12 Password : 2XMU7maP
Page 32 of 33