Bangalore International Airport Limited
INFORMATION DOCUMENT
For
“Supply, Installation, Testing and Commissioning of Electrical works for
augmentation of power supply at north airfield AGL substation” at KEMPEGOWDA
INTERNATIONAL AIRPORT, BENGALURU
Bangalore International Airport Limited
Kempegowda International Airport, Bengaluru
Devanahalli, Bangalore - 560 300
11th March 2020
Information Document – SITC of Electrical works at Airside Page 1 of 10
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 Contractor for “Supply, Installation, Testing and
Commissioning of Electrical works for augmentation of power supply at north
airfield AGL substation” at Kempegowda International Airport, Devanahalli,
Bangalore (herein referred to as the “Project”). In this connection proposals
(“Proposals”) are invited from interested applicants (“Bidder”) having experience
in carrying out similar projects with valid Karnataka licenses from applicable
government authorities.
The Proposal submitted by the Bidders shall comply with all the requirements stated
in the Request for Proposal (RFP) and the terms and conditions contained in the
template agreement. The RFP comprises of Volume – 1 [Instructions to Bidders],
Volume 2 [Template of General Conditions of Contract] and Volume 3 [Employers
Requirements].
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 an Agreement between BIAL and
the Contractor, the template of which is in Volume 2 [Template of General
Conditions of Contract].
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 Term of
Agreement. The scope of Services, provided as Volume -3 [Employers
Requirements] to the RFP, is envisaged to be completed over a period of 2 (Two)
years. 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 Execution, as
per the terms of Agreement.
2. Scope of Work
1. Supply, installation, testing and commissioning of 11/0.433kV, 800kVA Dry type
Distribution Transformers.
2. Supply, laying, jointing, termination, testing and commissioning of 11kV cables.
3. Supply, installation, testing and commissioning of 750kVA Diesel Generator sets
and AMF panels.
Information Document – SITC of Electrical works at Airside Page 2 of 10
4. Supply, installation, testing and commissioning of 2 X 400kVA Uninterruptable
Power System (UPS), Isolation transformers and Battery banks.
5. Supply, installation, testing and commissioning of LV panels, APFC panels, MDB,
CCR DB’s, UPS DB’s, LDB’s, PDB’s.
6. Supply, laying, termination, testing and commissioning of LV & Control cables.
7. Supply, installation of cable trays.
8. Supply, installation, testing and commissioning of Substation earthing system.
9. Dismantling and relocation of existing RMUs to CCR hall 1 at both AGL substations
10. Dismantling and handing over to BIAL store of existing outdoor type ONAN (Oil
type) transformer, LV panel, UPS etc.
11. Dismantling and reinstallation of IT racks, CCR control panel etc.
12. Supply and Installation of Substation Safety Equipment.
3. Submission of Proposal
3.1 Not used.
3.2 Joint ventures/consortiums are not permitted to participate in the bid process.
3.3 The Proposal shall comprise of two parts – Technical Proposal and Financial
Proposal.
3.4 The RFP can be downloaded from https://www.bialtenders.com from the date
and time as specified in Clause 3 hereunder.
3.5 Bidders shall submit their duly signed Proposal (Technical and Financial Proposal)
online on or before the date and time specified in Clause 4 hereunder through
https://www.bialtenders.com.
3.6 Proposal submitted through any other mode shall not be entertained. In the event
of any deviation in the Proposal submitted from the RFP, the Proposal shall be
liable to be rejected.
3.7 Not used
3.8 Not used
3.9 The Employer accepts no responsibility if the Proposal submitted through the e-
Procurement portal is not accessible for any reason whatsoever, such Proposal
shall be liable to be rejected.
Information Document – SITC of Electrical works at Airside Page 3 of 10
3.10 If any variation is noted between the information contained in the electronic
format and the hard copy submitted, the information submitted electronically
shall prevail.
3.11 In the event of any deviation in the Proposal submitted from RFP, the Proposal
shall be liable to be rejected.
3.12 The Employer will open the Financial Proposal and the supplementary Financial
Proposal(s) (if provided) of only those Bidder(s) who technically qualify.
3.13 After the opening of the Proposal, the Employer may request physical submission
from the qualified Bidders, such essential original Technical Proposal documents
as uploaded on the https://www.bialtenders.com. The submission shall be made
by the Bidder within 3 (three) working days of such request to the address
mentioned below.
“Supply, Installation, Testing and Commissioning of Electrical works for
augmentation of power supply at north airfield AGL substation” at
Kempegowda International Airport, Devanahalli, Bangalore
To,
Vice President & Head- Procurement (Projects),
Bangalore International Airport Limited,
BIAL Project Office,
Kempegowda International Airport, Bengaluru
Devanahalli,
Bengaluru 560 300.
Landline: 080-66782431
Due Date and Time: As per Clause 3 hereunder:
<Authorised Signatory,
Name of Bidder
Bidder’s Address>
3.14 In addition to the identification required in above Clause, the envelope shall
indicate the name and address of the Bidder.
4 SCHEDULE FOR BIDDING PROCESS
BIAL shall endeavour to adhere to the following schedule:
SL. EVENT DESCRIPTION DATE
NO.
1 RFP issue date 14:00 hrs. IST 11th March 2020
2 Last date for receiving
17.00 hrs. IST on 16th March 2020
question regarding the
RFP (Refer Clause 6 of the RFP)
Information Document – SITC of Electrical works at Airside Page 4 of 10
SL. EVENT DESCRIPTION DATE
NO.
3 BIAL’s response to
17.00 hrs. IST on 17th March 2020
questions regarding the
RFP
4 Proposal Submission Date 18.00 hrs. IST on 19th March 2020
No extension of time shall be granted.
Note:
• BIAL at its discretion may request Bidders to provide Technical Presentation.
• Details of presentation shall be sent to Bidders through email.
5 Selection Criteria:
Technical Score (TS)
BIAL will evaluate the Technical Proposals based on the Evaluation Criteria as
below:
Sl. No Evaluation Criteria as per RFP Marks
General execution approach, methodology & work plan,
1 30
A Project delivery approach 7
Experience on handling similar systems projects in airports/
B 8
similar infrastructures
Experience in Design and Engineering management, Execution /
C 8
project management
D Understanding of the Scope of Works for the project 7
2 Technical Compliance with RFP 5
A Completeness of RFP submittal document 5
Resource Plan (Personnel & Equipment)a. Key
personal/Personnel capabilities: Proposed Organisation chart
for the project; Qualification of key staff to be deployed
3 40
including the proposed project manager /Team Leader.b.
Plants & Equipment capabilities: List of available equipment
and proposed list for the project.
Information Document – SITC of Electrical works at Airside Page 5 of 10
A Organisation chart / Manpower planning and CV (staff planning) 10
B Overall Experience in general PIDS domain 15
C List of available Tools & Spares 5
D Previous completed project details 10
4 Construction Schedule. 15
A Material Delivery & Construction schedule 10
B Mitigation Plans 5
5 QA/QC, Safety & Environmental plans 10
A EHS compliance 10
Total 100
Only those Bidders whose Technical proposal score (ST) 70 marks or more out of
100 shall qualify for further consideration (“Qualified Bidders).
Bidder shall attach all the supporting documents to obtain the maximum
permissible percentage of weightage indicated above. Technical Proposals of
Bidders securing total minimum weightage of 70% against the above said
evaluation criteria shall be qualified and the Financial Proposal of such Bidders
only shall be opened.
6 Award Process:
6.1 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.
6.2 Conditional proposals may be rejected. The Bidder shall comply with all the terms
and conditions set out in the RFP and its annexures/appendices while submitting
its Proposal.
6.3 BIAL reserves the right to negotiate with all or any of the Bidder whose Financial
Proposal is being evaluated, to determine the successful Bidder.
6.4 The first Ranked applicant (R-1), having the highest combined score) shall be
declared as successful evaluated Bidder. In case the R1 Bidder refuses to accept
the award, or otherwise gets disqualified as per the terms of the RFP, then the
Employer reserves the right to discuss and negotiate with the R-2 Bidder and so
on.
6.5 The final selection of a Bidder shall be duly communicated to the said Bidder in
writing, either by placing a letter of intent or by informing the final selection
subject to execution of the Agreement.
Information Document – SITC of Electrical works at Airside Page 6 of 10
7 Tests of responsiveness
7.1 Prior to the evaluation of Proposals, BIAL shall determine whether each Proposal
is responsive to the requirements of the RFP. A Proposal shall be considered
responsive only if:
a. Proposal including all the volumes, annexures/appendices is received by
BIAL on or before Proposal Submission Date & Time including any
extension thereof pursuant to Clause 4 of the RFP and the original
Technical Proposal is received physically pursuant of the RFP;
b. It is initialled and sealed as stipulated in the RFP;
c. It is accompanied by the power of attorney as mentioned in RFP;
d. It contains all the information (complete in all respects) as requested in
the 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.
7.2 BIAL reserves the right to check, decide and determine the Proposals as
substantially responsive for any arithmetic errors.
If there is a discrepancy between the amounts in figures and in words, the
amounts in words will govern.
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.
7.3 To facilitate evaluation of Proposals, BIAL may, at its sole discretion, seek
clarifications in writing from any Bidder regarding its Proposal.
7.4 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.
7.5 BIAL shall enter into a binding Agreement with the selected Bidder. Prior to
entering into such Agreement, BIAL may at its discretion issue a Letter of Intent
(the “LOI”) to the selected Bidder. In the event of an LOI being issued to the
selected Bidder, such Bidder shall within three days of the receipt of the LOI, sign
and return the LOI in acknowledgement thereof.
7.6 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 the 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.
Information Document – SITC of Electrical works at Airside Page 7 of 10
7.7 BIAL, by written notice and with or without cause, shall also have the right to
terminate the Agreement when it is determined that the Agreement is not in the
best interest of BIAL.
7.8 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.
8 Verification:
BIAL reserves the right to verify all statements, information and documents
submitted by the Bidder in response to 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.
9 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 the RFP, the Bidder may
be disqualified forthwith if not yet appointed as the Contractor, either by issue of
the LOI or entering into an Agreement , and if the selected Bidder has already been
issued the LOI or has entered into an Agreement as the case may be, the same shall,
notwithstanding anything to the contrary contained therein or in the RFP, be liable
to be terminated, by a communication in writing by BIAL to the selected Bidder/
Contractor without BIAL being liable in any manner whatsoever to the selected
Bidder/ 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.
10 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
Information Document – SITC of Electrical works at Airside Page 8 of 10
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).
11 List of documents to be considered by the Bidders for the purpose of bidding:
a) VOLUME 1- Instructions to Bidders
LIST OF ANNEXURES & FORMS
1. Annexure A – Scope of Services and Deliverables
2. Annexure B - RFP Questionnaire
3. Annexure C – Covering Letter
4. Annexure D – Format for Financial Proposal
5. Annexure E – Experience and CV
6. Annexure F – Contract Particulars
7. Annexure G – Tender Bond
8. Form 1 – General Information
9. Form II - Financial Information
10.Form III – Litigation History
VOLUME 2 - TEMPLATE OF CONSULTANCY SERVICES AGREEMENT
VOLUME 3- EMPLOYERS REQUIREMENTS
BUSINESS ETHICS AND STANDARD PRACTICES
It is essential to BIAL’s business that BIAL acts under the highest ethical and legal
standards. Not only does BIAL follow a competitive approach in selecting and engaging
suppliers/vendors based on merit and values, but BIAL also lays great importance in
conducting business in accordance with the highest ethical standards. We would like to
share some important points that will help in developing a mutually beneficial business
relationship.
a) Ethical Dealings
Conducting business with high ethical standards is fundamental to BIAL and BIAL holds
its suppliers / vendors to the same standards.
All BIAL employees are governed by a strict code of business conduct] The Vendor must
never offer to a BIAL employee any incentive or any gratification, including by way of
gifts or personal favors, whether in cash or kind, to gain preferential treatment or
obtain or retain any business or contract, or for discharging or forbearing to discharge,
or for showing or forbearing to show favor or disfavor to any person in the discharge of,
any function on behalf of BIAL.
BIAL expects its suppliers/vendors to avoid conflicts of interest when doing business
with BIAL including not offering to or accepting from BIAL’s employees any business
courtesies or entertainment that are or could be perceived as an improper attempt to
influence a business decision, or discharge of any function on behalf of BIAL.
Information Document – SITC of Electrical works at Airside Page 9 of 10
BIAL shall have a zero tolerance policy on this. Suppliers who are not in compliance
with this policy shall face the risk of termination of any or all contracts or engagements
with BIAL.
b) Whistle Blower Policy
If the Vendor suspects or observes any un-ethical practice or behavior by BIAL
employee, BIAL encourages you to immediately report the same using the following
channel.
E-mail: whistleblower@bialairport.com
BIAL assures you that all complaints will be taken seriously and investigated thoroughly.
This will be treated as strictly confidential between the Vendor and BIAL.
c) No Purchase Order - No Payment Policy
The Vendor should ensure that a valid purchase order is in place before delivering any
goods or services. If the Vendor acts on requests that do not have a reference purchase
order or has not been properly authorized by the BIAL Procurement and Contracts
team, the Vendor may face the risk of non-payment.
Information Document – SITC of Electrical works at Airside Page 10 of 10