request for proposal/bid for selection of a project consultant including pmc … · 2019-11-07 ·...

52
1 | Page Request for Proposal/Bid For Selection of a Project Consultant including PMC for Expansion of Apron, Cat 1 Approach lighting system, Reciprocal ILS and Auxiliary works at Kannur International Airport Kannur International Airport Limited, Kara-Peravoor P.O, Mattanur,Kannur-670702, Ph: +91 490 2481000 November 2019

Upload: others

Post on 21-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

1 | P a g e

Request for Proposal/Bid

For Selection of a Project Consultant including PMC for Expansion

of Apron, Cat 1 Approach lighting system, Reciprocal ILS and

Auxiliary works at Kannur International Airport

Kannur International Airport Limited, Kara-Peravoor P.O, Mattanur,Kannur-670702,

Ph: +91 490 2481000

November 2019

2 | P a g e

REQUEST FOR PROPOSAL

Name of Work: Request for Proposal /Bid for Selection of a Project Consultant including PMC for

Expansion of Apron, Cat 1 Approach lighting system, Reciprocal ILS and Auxiliary works at Kannur

International Airport

Sl No Particulars Page No:

A. E-Tendering Guidelines 8 B. Technical Bid

1. Introduction & Scope of Work 13

2. Brief Description of Bidding Process 14

3. Selection & Evaluation Criteria 16

4. Instruction to Bidders 17

5. Technical proposal/Bid 20

6. Bidder’s Experience as Project Consultant 20

7. Financial Proposal /Bid 21

8. Conflict of Interest 21

9. Fraudulent and Corrupt Practices 22

10. Due Diligence by bidders 23

11. Availability of RFP document 23

12. Number of Proposals/Bid 24

13. Proposal/Bid and other costs 24

14. Right to accept any Proposal/bid 24

15. Clarifications 24

16. Pre-Bid Meeting 25

17. Amendment of RFP 26

18. Language 26

19. Format and Signing of Proposal/bid 26

20. Validity of the Proposal/bid 27

21. Evaluation and Award Criteria 27

22. Important Milestone and Implementation Schedule 27

23. Liquidated Damages 28

24. Extension of Time 28

25. Termination Suspension and Resumption 28

26. Force Majeure 29

27. Payment of Fees 29

28. GST and other taxes 30

29. Exclusions 30

30. Additional Work 30

3 | P a g e

31. Consultant’s Obligations 30

32. Key Personnel 31

33. Representations and Warranties 31

34. Owner’s Obligations 32

35. Payment 32

36. Performance Guarantee 33

37. Indemnity 33

38. No Consequential damages and Limit of Liability 33

39. Insurance 33

40. Intellectual Property Rights 34

41. Commencement, Completion and Alternations 35

42. Alterations 35

43. Assignment 35

44. Applicable Laws 36

45. Settlement of Disputes 36

46. Heading of Clauses 36

47. Ruling Language 36

48. Confidentiality 36

49. Preparation of Proposal/Bid 36

50. Submission of Proposal/Bid 37

51. Deadline for Submission of Proposal/Bid 37

52. Appendix I-Form 1- Covering Letter 38

53. Appendix I-Form 2- Particulars of the Applicant 39

54. Appendix I-Form 3- Proof of Technical Capacity 41

55. Appendix I-Form 4- Power of Attorney 43

56. Appendix I-Form 5- Proof of Financial Capacity 45

57. Appendix I-Form 6- Certificate from Auditor 46

B Financial Bid

Appendix II- Price Bid 47

Annexure – I – RFP Document fee & EMD submission compliance statements

49

Annexure – II – Technical compliance statements 50

Tender Drawings 52

The RFP document contains serially numbered pages from 1 to 52. Total 52 pages

4 | P a g e

Kannur International Airport Limited

CONTENT

Sl No

Particulars Page No:

A. E-Tendering Guidelines 8 B. Technical Bid

1. Introduction & Scope of Work 13

2. Brief Description of Bidding Process 14

3. Selection & Evaluation Criteria 16

4. Instruction to Bidders 17

5. Technical proposal/Bid 20

6. Bidder’s Experience as Project Consultant 20

7. Financial Proposal /Bid 21

8. Conflict of Interest 21

9. Fraudulent and Corrupt Practices 22

10. Due Diligence by bidders 23

11. Availability of RFP document 23

12. Number of Proposals/Bid 24

13. Proposal/Bid and other costs 24

14. Right to accept any Proposal/bid 24

15. Clarifications 24

16. Pre-Bid Meeting 25

17. Amendment of RFP 26

18. Language 26

19. Format and Signing of Proposal/bid 26

20. Validity of the Proposal/bid 27

21. Evaluation and Award Criteria 27

22. Important Milestone and Implementation Schedule 27

23. Liquidated Damages 28

24. Extension of Time 28

25. Termination Suspension and Resumption 28

26. Force Majeure 29

27. Payment of Fees 29

28. GST and other taxes 30

29. Exclusions 30

30. Additional Work 30

31. Consultant’s Obligations 30

5 | P a g e

32. Key Personnel 31

33. Representations and Warranties 31

34. Owner’s Obligations 32

35. Payment 32

36. Performance Guarantee 33

37. Indemnity 33

38. No Consequential damages and Limit of Liability 33

39. Insurance 33

40. Intellectual Property Rights 34

41. Commencement, Completion and Alternations 35

42. Alterations 35

43. Assignment 35

44. Applicable Laws 36

45. Settlement of Disputes 36

46. Heading of Clauses 36

47. Ruling Language 36

48. Confidentiality 36

49. Preparation of Proposal/Bid 36

50. Submission of Proposal/Bid 37

51. Deadline for Submission of Proposal/Bid 37

52. Appendix I-Form 1- Covering Letter 38

53. Appendix I-Form 2- Particulars of the Applicant 39

54. Appendix I-Form 3- Proof of Technical Capacity 41

55. Appendix I-Form 4- Power of Attorney 43

56. Appendix I-Form 5- Proof of Financial Capacity 45

57. Appendix I-Form 6- Certificate from Auditor 46

B Financial Bid

Appendix II- Price Bid 47

Annexure – I – RFP Document fee & EMD submission compliance statements

49

Annexure – II – Technical compliance statements 50

Tender Drawings 52

6 | P a g e

DISCLAIMER

The information contained in this Request for Proposal/Bid document (the"RFP") or

subsequently provided to Bidders, whether verbally or in documentary form or otherwise by or

on behalf of Kannur International Airpory or any of their employees, is provided to Bidders on

the terms and conditions set out in this RFP and such other terms and conditions subject to

which such information is provided.

This RFP is neither an agreement nor an offer by Kannur International Airport to the prospective

bidders or any other person. The purpose of this RFP is to provide interested parties with information

to assist in the formulation of their Proposals/Bids for selection pursuant to this RFP. This RFP

includes statements, which reflect various assumptions and assessments arrived at by Kannur

International Airport in relation to the Consultancy.

Such assumptions 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 Kannur

International Airport or their employees to consider the consulting objectives, technical

expertise and particular needs of each party who reads or uses this RFP. The assumptions,

assessments, statements and information contained in this RFP may not be complete, accurate,

adequate or correct and each Bidder should conduct its own investigations and analysis and

should check the accuracy, adequacy, correctness, reliability and completeness of the

assumptions, assessments and information contained in this RFP and obtain independent advice

from appropriate sources.

Kannur International Airport or their employees 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 or information contained therein or deemed to form

part of this RFP.

Kannur International Airport 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.

The issue of this RFP does not imply that Kannur International Airport is bound to select or to

appoint Bidder for the Consultancy and reserves the right to reject all or any of the Bidders

without assigning any reasons whatsoever. Kannur International Airport reserves the right to

change any or all the provisions of RFP. Such changes shall be intimated to all the Bidders

7 | P a g e

REQUEST FOR PROPOSAL

Name of Work Selection of a Project Consultant including PMC for Expansion of Apron, Cat 1 Approach lighting system, Reciprocal ILS and Auxiliary works at Kannur International Airport

Tender Number KIAL/ED/135/2019-20

Earnest Money Deposit

Rs.6,00,000/- (Rupees Six Lakh Only) to be submitted online.

Cost of Tender Document

Rs.5000/- inclusive of GST(to be submitted online)

Document Download sale

Start Date : 01 November 2019

End date : 21 November 2019 up to 1400 hrs

Clarification

Start Date : 01 November 2019 End date : 05 November 2019 upto 1400 hrs

Bid Submission

Start Date : 07 November 2019 End date : 21 November 2019 up to 1400 hrs

Pre-Qualification &Technical BidOpening Date& Time

23 November 2019 at 14 00hrs

Financial Bid Opening Date

Will be notified after the Technical Bid opening process

Prospective bidders are advised to get themselves acquainted for e-tendering participation

requirements at “Bidders Manual Kit”, register themselves at e-tendering portal

(etenders.kerala.gov.in), obtain ‘User ID’ & ‘Password’ and go through the ‘Help for Contractors /

Bidder’s Manual Kit’ available in the Home Page after log in to the portal etenders.kerala.gov.in. They

should also obtain Digital Signature Certificate (DSC) in parallel which is essentially required for

submission of their application. The process normally takes 03 days time. The bidder may also take

guidance from Help Desk Support.

8 | P a g e

E-TENDERING GUIDELINES TO THE BIDDERS”

1. E-TENDERING PROCESS:

i) This tendering carried out through e-procurement System of National Informatics Centre via the

Kerala State IT Mission is an open e- tender process with Multi Currency option and consists of

3 Covers as follows :

Cover-1: Fee Paid Details: Compliance statement (Annexure I) duly filled confirming the online

submission of the Tender fee and Earnest Money Deposit (EMD)

Cover-2: Pre & Technical Bid: The bidder shall submit the Pre and Technical Bid-Qualification

documents Compliance statement (Annexure II )duly filled in, along with the scanned copies of

the documents.

Cover-3: Financial Bid: ** The bidder shall upload the duly filled Bill of Quantity in BOQ.xls file

document(Annexure III)

**Note: The blank price bid (BOQ.xls file) should be downloaded and saved on bidder`s computer

without changing file-name otherwise bid will not get uploaded. The bidder should fill in the

details in the same file and upload the same to the website.

ii) Fixed Price: Prices quoted by the bidder shall be fixed during the bidder`s performance of the

contract and not subject to variation on any account. A bid submitted with an adjustable / variable

price quotation will be treated as non-responsive and rejected.

iii) Bidders have to submit their documents pertaining to the Pre-Qualification Criteria / Technical

Criteria and Financial Quote, strictly online, in the website etenders.kerala.gov.in. No manual

submission is allowed and manual bids shall not be accepted and considered under any

circumstances.

iv) Submission of a bid by a bidder implies that he has read this notice and all other contract

documents and has made himself aware of the eligibility criteria, scope and specifications of the

works to be done, local conditions, local material rates and other factors bearing on the execution

of the works.

v) Notification of Award of contract will be made in writing to the successful bidder by the

Accepting Authority or his representative. The contract will normally be awarded to the qualified

and responsive bidder offering the bid in conformity with the requirements of the specifications

and contract documents and the Accepting Authority shall be the sole judge in this regard. The

Accepting Authority does not bind himself to accept the lowest or, any tender or to give any

reason for his decision.

vi) A responsive bidder is one who submits priced tender and accepts all terms and conditions of the

specifications and contract documents.

9 | P a g e

vii) Pre & Technical Bid Qualification documents: The Pre-Bid & Technical Bid Qualification

documents of the bidders who have submitted the Tender Fee and Earnest Money Deposit online

as per the tender conditions will only be opened and evaluated.

viii) Pre Bid Meeting: No pre-bid meeting.

ix) Financial Bid: Only the Financial Bid of the Bidders who have qualified in the Pre-Bid and

Technical Bid as per the tender conditions and accepted by Kannur International Airport will be

opened on a later date, with prior notification.

x) Publishing of Corrigendum: All corrigendum shall be published on www.etenders.kerala.gov.in

and shall not be available elsewhere.

2. GUIDELINES TO BIDDERS :

i) Tender documents can be down loaded from the website etenders.kerala.gov.in. The bids shall

be submitted online through this portal.

ii) Bidders (Including Foreign Nationals) should have a Class II or above Digital Signature (DSC) to

be procured at their own cost from any Registration Authorities under the Certifying Agency in

India (details available on www.cca.gov.in).The Office of Controller of Certifying Authorities

(CCA), issues Certificate only to Certifying Authorities(CA).CA issue Digital Signature

Certificate to end-user. Bidders can approach any one of the five CAs for getting Digital Signature

Certificate. The website addresses are given below:

www.safescrypt.com www.idrbtca.org.in

www.tcs-ca.tcs.co.in www.ncodesolutions.com

www.e-Mudhra.com

iii) Subsequently, bidders have to register (one time process) on the website etenders.kerala.gov.in.

for participating in this tender. For any type of assistance, bidders may contact the e-

procurement support desk of Kerala State IT Mission through email : [email protected]

with a copy to [email protected]

Telephone: 0471-2577088 / 2577188 / 2577388

OR

0484-2336006 / 2325262

iv) The bidders shall submit their Technical bid and Financial bid online together on

www.etenders.kerala.gov.in along with online payment of tender document fees and EMD.

Finally click on “Freeze bid” link /icon to complete the submission process (which is necessary

for the successful submission)

10 | P a g e

Note: In order to avoid any system related or other complications during submission bids in the last

moment, all bidders are advised to upload their bids/ relevant documents at least 3 hours before

the bid submission cut off time. In this regard request for extension of time received through

any mode of communication due to failure of submission during last minute will not be

entertained .

For detailed instructions on bid submission process, please visit etenders.kerala.gov.in. and

click “Bidders Manual Kit” link on the Home page.

3. TENDER DOCUMENT FEES AND EARNEST MONEY DEPOSIT (EMD)

The bidder shall pay, a tender document fees of Rs. 5000/- inclusive of GST) and Earnest

Money Deposit of Bid security of Rs. 6,00,000/- (Rupees Six lakh only) .The Bid

security/EMD is required to protect the bidder against risk of Bidder`s conduct, which would

warrant the forfeiture of security.

Online Payment modes: The tender document fees and EMD can be paid in the following

manner through e-payment facility provided by the e-procurement system:

i) STATE BANK OF INDIA (SBI) INTERNET BANKING :

If a bidder has a SBI internet banking account, then, during the online bid submission process,

bidder shall select SBI option and then select Internet banking option. The e-procurement

system will re-direct the bidder to SBI`s Internet banking page where he can enter his internet

banking credentials and transfer the tender document fee and EMD amount.

ii) NATIONAL ELECTRONIC FUND TRANSFER (NEFT) / REAL TIME GROSS

SETTLEMENT (RTGS) :

a) If a bidder holds bank account in different bank, then, during the online bid submission

process, bidder shall select NEFT / RTGS option. An online remittance form would be

generated, which the bidder can use for transferring amount through NEFT / RTGS either by

using internet banking of his bank or visiting nearest branch of his bank. After obtaining the

successful transaction receipt no., the bidder has to update the same in e-procurement system

for completing the process of bid submission. Bidder should only use the details given in the

Remittance form for making a NEFT / RTGS payment otherwise payment would result in

failure in e-procurement system.

b) Bidders are advised to exercise NEFT mode of payment option at least 48 hours and RTGS

payment at least 24 hours prior to the last date and time of bid submission to avoid any

payment issues.

c) The Bidder need to generate fresh NEFT / RTGS challan form for this tender for making the on

line fee payment. Using Old challan forms pertaining to any of the earlier tenders / re-tenders

for making the on line fee / EMD payment will not be accepted by the e-Procurement System

and will result in rejection of bid.

11 | P a g e

iii) NEFT / RTGS Payment Guidelines:

a) Bidder should ensure that the tender document fees and EMD are remitted as one single

transaction.

b) Bidder should ensure that the tender document fees and EMD are remitted only to the account

number given in the remittance form provided by the e-procurement system for that particular

tender.

c) Only NEFT / RTGS remittance are allowed. Bidder must ensure that the banker does NEFT /

RTGS transaction only (for above 2 lakhs payments as per RBI guidelines).No other payments

modes are accepted.

d) Bidder should ensure that the amount being remitted is exactly the same as shown in the

remittance form.

e) Bidders should ensure that the remittance confirmation (UTR number) received after NEFT /

RTGS transfer should be updated as it is, in the e-procurement system for tracking the

payment.

f) The remittance form provided by the e-procurement system shall be valid for that particular

bidder and bid only and should not be re-used for any other tender or bid or by any other

bidder.

g) Any transaction charges levied while using any of the above modes of online payment has to be

borne by the bidder. The supplier / contractor`s bid will be evaluated only if payment status

against bidder is showing “Success” during bid opening.

4. CRITICAL DATES AND TIME:

Sl No EVENT DATE and TIME

1. Document Download

Start Date : 01 November 2019

End date : 21 November 2019 up to 1400 hrs

2. Clarification

Start Date : 01 November 2019 End date : 05 November 2019 upto 1400 hrs

3. Bid Submission

Start Date : 07 November 2019 End date : 21 November 2019 up to 1400 hrs

4. Technical Bid Opening date and time

23 November 2019 at 14 00hrs

5. Financial Bid Opening Date

Will be notified after the Technical Bid opening process

12 | P a g e

NOTE:

i) Kannur International Airport may at its discretion extend / change the schedule of any activity

by intimating the bidders through a notification on the e-tender portal.

ii) The time that is displayed from the server clock at the top of the tender Portal, will be valid for

all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The

Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The

bidders should adhere to this time during bid submission.

5. CLARIFICATION ON TENDERS:

a) All enquiries/clarifications in connection with this tender should be addressed to the

Managing Director, through clarifications in the e-Procurement system (Tender management).

The clarifications / queries shall be replied through the Clarification system of e-tender portal

http://www.etenders.kerala.gov.in. Any queries/letters received other than through e-portal

will not be accepted or replied.

b) To assist in the examination, evaluation and comparison of Tenders, the Purchaser may, at its

discretion, ask the bidder for a clarification. All responses to requests for clarification shall be

through the e-Procurement System only.

c) The bidder, at its discretion, extend the deadline for the submission of Tender by amending

the Tender Documents in accordance with Clause 4 of this, in which case all rights and

obligations of the Purchaser and bidders previously subject to the deadline will thereafter be

subject to the deadline as extended.

6. LATE TENDERS:

Any tender submitted by the Purchaser after the deadline for submission of Tenders will not

be accepted in the e-Portal.

7. MODIFICATION AND WITHDRAWAL OF TENDERS:

a) No bids shall be modified subsequent to the deadline for submission of Tenders.

b) No bids shall be withdrawn in the interval between the deadline for submission of bids and

the expiration of the period of bid validity specified.

c) If the bidder modifies the tender condition at any stage even after submitting the unconditional

acceptance letter then the bid submitted by the bidder is liable to be rejected and the EMD

shall be forfeited.

MANAGING DIRECTOR

13 | P a g e

1. Introduction& Scope of Work

Kannur International Airport Limited has been incorporated as a Public Limited Company. The

Airport started commercial operations from 9th December 2018. At present 48 movements are taking

place at this Airport. Kannur Airport is connected to all the major cities in India and almost all the

Middle East countries.

Kannur Airport would like to undertake the expansion of Apron, CAT I approach lighting system at RWY 25,

Development of Navy/IAF area (partly) and other ancillary works including reciprocal ILS.Total project cost is

Rs 250 crores approximately .

The project will be implemented through EPC route.

Kannur International Airport now proposes to select a Project Consultant/ firm of consultants, with

proven track record as Project Consultant for the Kannur Airport project viz consisting of following

works involving tender documents preparation, Design review, PMC, tender scrutiny, supervision of

the entire construction including obtaining all statutory clearances, through competitive tendering

process by inviting bids from interested parties meeting the eligibility criteria.

List of works

1) Expansion of Apron.

2) CAT I approach lighting system at RWY 25.

3) Development of Navy/IAF area.

4) Reciprocal ILS – Civil & Electrical works

The different modules of the scope of work shall include but not be limited to:

1.1. Obtaining statutory clearances

1.1.1. Preparation of all details for statutory clearances required based on the present statutes,

submission of all documents and completion of other steps that will enable Kannur

International Airport to obtain such clearances (excluding environmental impact

assessment & clearance thereof from MOEF).

1.1.2. Approvals / License from DGCA/ICAO, Airports Authority of India, and any other clearances

from any other organizations as may be required.

1.1.3. Approvals and clearances from local authorities, Town planning department and

Development Authorities.

1.2. Engineering, monitoring/checking and supervision

1.2.1. Preparation of technical data and preparation of drawings taking into account the Master

14 | P a g e

plan of Airport, airport utility services like power, lighting, water, sewage, drainage, access

roads, fire, safety, security, etc. Conformity with ICAO standards and IATA standards for

the scope of work. The consultant should liaise with Director General of Civil Aviation

(DGCA) and other authorities for obtaining all statutory approvals for the plans and

designs.

1.2.2. Preparation of estimate, draft NIT, Justification statement for all scope of work.

1.2.3. Architectural design and drawings for all the scope of work.

1.2.4. Supervision of entire construction under scope of work.

1.3. Selection of EPC Contractor

1.3.1. Drafting of TOR for the EPC Contractor, inviting offers, short listing, negotiation

and selection of Contractor and finalizing the contract.

1.4. Co-ordination, monitoring, checking, testing and commissioning of the scope of works.

1.4.1. Monitoring, supervision and recording measurements of all works execution.

Including preparation of monthly bill.

1.4.2. Acting as EIC for the work.

1.4.3. Verification of all designs, estimates, BOQ, technical specifications, rate analysis etc.

prepared by the EPC.The structural vetting ofdrawings from

NIT/IIT/CUSAT/Government Engineering Colleges for flyover.

1.4.4. Ensuring Quality Control and Quality Assurance in respect of the work done by the

EPC Contractor as per the standards and specifications prepared by the Consultant on

behalf of Kannur International Airport and also as per the norms of AAI, CPWD,

MORTH, BIS etc.

1.4.5. On completion of work preparation and submission of as built drawings, technical report,

completion report and final bill of the contractor,taking over of the structure completed

from the contractor.

1.4.6. Preparing draft board notes, checking and scrutinizing Extra/Substituted Items. Preparing

counter statements in case of litigation etc.

1.4.7. Delivering all the required work during DLP of the EPC contract in due fulfillment of EPC

contract terms. There after submission of contract concluding certificate.

2. Brief description of Bidding Process

2.1. The bidding process envisaged here is a three cover system consisting of FeePaid Details (Cover

1) , Pre &Technical bid (Cover 2) and Financial Bid (Cover 3).No Bidder shall submit more than

15 | P a g e

1 (one) Bid for a Project.The Technical Bid, including materials evidencing the Technical Capacity

and Financial Capacity, should be furnished online in the formats prescribed in the RFP . Only the

Qualified Bidders shall be considered for shortlisting and for further stages for evaluation.

The first step of the process involves qualification of Bidder with the eligibility criteria along with

technical parameter in accordance with the provisions of this RFP. At the end of this step, Kannur

International Airport shall short list suitable qualified Bidders, whose Financial Proposal/Bid (bids)

will be considered in the second step.

2.2. In the first stage for Qualification, Bidders would be required to furnish the information required for

qualification as specified in this RFP and Technical details. Only those Bidders that are found

qualified and short-listed by Kannur International Airport shall be eligible to have their Bid opened

for the Consultancy Project. It should be clearly understood that documents required for

qualification should be submitted online in the e-Procurement system of e-tender portal.

2.3. The Bidders are advised to visit the site at Mattannur and familiarize themselves with the

Project before submitting the Proposal/Bid (Bids). For location and other details, Bidders may

contact the Office of Kannur International Airport on telephone: Mob: 9446012834 e-

mail:[email protected] / [email protected]

A Bidder will be required to deposit, along with its Proposal/Bid, an Earnest Money Deposit

equivalent to INR 6 Lakhs (Indian Rupees Six Lakhs) (the "Bid Security"/EMD), refundable

not earlier than 60 days from the Bid Due Date .The bid security shall be forfeited if the bidder

withdraws from the bid after opening of the bid but before executing the agreement with the

successful bidder. The EMD can be paid through e-payment facility provided by the e-

procurement system.No other mode of EMD payment shall be accepted.

If at any stage of the bidding process or subsequent to award of the contract/signing the agreement,

it is found that the bidder has violated one or more conditions of the RFP including Clause 4.5.1

and Clause 9 of the RFP, the Bid Security shall be forfeited without prejudice to any other right or

remedy that may be available to Kannur International Airport.

Bidders are invited to examine the Project in detail, and to carry out, at their cost, such studies

as may be required for submitting their respective bids.

All enquiries/clarifications in connection with this RFP should be addressed to the Managing Director,

through clarifications in the e-Procurement system of e-tender portal https://etenders.kerala.gov.in

(Tender management). The Clarifications / queries shall be replied through the Clarification system of

e-tender portal http://www.etenders.kerala.gov.in Any queries/letters received other than through e-

portal will not be accepted or replied.

2.4. Schedule for bidding process:

16 | P a g e

Kannur International Airport shall endeavor to adhere to the following schedule:

Sl No

EVENT DATE and TIME

1. Document Download

Start Date : 01 November 2019

End date : 21 November 2019 up to 1400 hrs

2. Clarification

Start Date : 01 November 2019 End date : 05 November 2019 upto 1400 hrs

3. Bid Submission

Start Date : 07 November 2019 End date : 21 November 2019 up to 1100 hrs

4. Technical Bid Opening date and time

23 November 2019 at 11 00hrs

5. Financial Bid Opening Date

Will be notified after the Technical Bid opening process

The Bidder shall provide all the information sought under this RFP. The Authority will evaluate only

those Bids that are received in the required formats and complete in all respects. Those bids which

are not in the required formats will be termed as “on-responsive”. The Bid shall be typed or written in

indelible ink and signed by the authorized signatory of the Bidder with seal who shall also initial each

page, in blue ink. All the alterations, omissions, additions or any other amendments made to the Bid

shall be initialed by the person(s) signing the Bid.

3. Selection and Evaluation Criteria

The Authority shall open the technical bids at 1100 IST on the Bid Due Date, at the place specified

in Clause 4 of E-tendering guidelines and in the presence of the Bidders who choose to attend. The

Authority will subsequently examine and evaluate Bids in accordance with the provisions set out

in the RFP. The Proposals/Bids shall be examined by an Evaluation Committee to determine

whether the Proposals/Bids received are responsive in terms of the requirements of the RFP,

before proceeding further. Bidders are advised that selection of Bidders will be entirely at the

discretion of the Authority. Bidders will be deemed to have understood and agreed that no

explanation or justification on any aspect of the Bidding Process or selection will be given. After the

evaluation of Technical Bids, the Authority will shortlist and notify the Qualified Bidders. All

communications shall be uploaded in the e-tender portal https://etenders.kerala.gov.inThe

Authority will not entertain any query or clarification from Bidders who fail to qualify

17 | P a g e

4. Instructions to Bidders:

Scope of Bid

Kannur International Airport wishes to receive Bids for Qualification /Technical and Financial

Proposals/Bids together in order to short- list experienced and capable bidders and select the

technically and financially most competent bidder for the Airport Project.

4.1. Eligibility of Bidders

The Bidder for qualification to be a single entity, an entity would be construed as:

a) A Company which is registered in India under the provisions of the Companies Act,

1956/2013,or

b) A proprietary or partnership firm.

A Bidder may be a private entity, government-owned entity or any combination of them, with a formal intent to enter into an agreement.

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 be disqualified. A bidder may be considered to have a Conflict of Interest that affects the Bidding Process, if:

a) such Bidder (or any constituent thereof) and any other Bidder (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this qualification shall not apply in cases where the direct or indirect shareholding of a bidder or a constituent thereof in the other Bidder(s) (or any of its constituents) is equal to or less than 26% of its paid up and subscribed capital; or such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or

b) such Bidder has a relationship with another Bidder, directly or through common third parties , that puts them in a position to have access to each other’s' information about the project, or to influence the Bid of either or each of the other Bidder.

c) A bidder shall be liable for disqualification if any legal, financial or technical adviser of the Bidder in relation to the project is engaged by another Bidder in any manner for matters related to or incidental to the Project.

To be eligible for pre-qualification and short-listing, a bidder shall fulfill the following

conditions of eligibility:

4.2. Key Personnel

The bidder should furnish an undertaking that key personnel required for undertaking the

consultancy work would be provided as per requirements of Kannur International Airport spelt

18 | P a g e

out below:

The Bidder’s Consultancy Team shall consist of key personnel having adequate airport

experience capable of discharging their respective responsibilities for implementation,

execution and commissioning of the airport project successfully in a time bound manner such

as:

1) Airport Planner or Architect with Airport Design Experience.

2) Airport Design Engineer and also separate structural engineer experienced in fly over structures.

3) Electrical specialist especially in AGL/CAT-1 lighting.

4) Environmental expert

5) QA/QC expert with pavement experience

6) Geo-technical expert

7) Project Manager /Deputy Project Manager with Concrete Pavement and Fly Over experience

8) Quantity Surveyor/Estimator

9) Drainage expert (storm water)

10) Senior mechanical specialist

11) Traffic and transportation cum aviation expert

A list of all such personnel to be employed/engaged, together with details of their qualification and

experience (CVs), proposed to be employed by the consultant should be provided to Kannur

International Airport before signing the agreement and this will form part of the agreement. This list

should clearly indicate the personnel to be engaged at Junior, Middle and Senior levels for various

roles and responsibilities including supervision of the construction of the airport works.

Any replacement of personnel proposed to be employed/engaged or employed/engaged shall be done

only with the consent of Kannur International Airport and the proposed replacement shall be made

only if their qualification, abilities and relevant experience are substantially equal to or better than

those employed/engaged first.

4.3. Technical Capacity (including execution):

The bidder should satisfy the following criteria in para 4.3.1 to become eligible to quote. The bidder

must also have experience in any two of the following:-

1. Apron Works

2. FlyOver Works

3. CAT I Lighting works

For the works i.e one out of the three above where experience is not met the agency shall associate a sub agency with adequate experience in that field.

4.3.1. A single project costing each Rs. 300 Crore or more, successfully undertaken and completed having

19 | P a g e

consultancy and PMC together in the past seven years in any Airport Project.

OR

Three (3) separate projects costing each Rs 100 Crore or more for each such project, and

aggregating to Rs 350 Crore or more for three works , successfully undertaken and completed

(PMC & consultancy) in the past seven years. At least two works should be airport works

including PMC & Consultancy and one work must be airside works

OR

The consultant should be an empaneled consultant for AAI or other reputable Airport operator

for the work costing Rs. 300 Cr and above and completed with at least one work including

Airside consultancy works for a cost of Rs. 200 Cr and above (Consultancy & PMC in the last 7

years).

Note : Bidder has to submit the documentary evidence in proof of the credentials. To demonstrate technical

competence the bidders will need to furnish details of assignments, number of similar assignments

undertaken and completed in the past, client certificates, contract copies and undertakings, as necessary

for demonstrating successful completion of such assignments,

4.4. Financial Capacity:

1. The bidder should have received a minimum income of Rs. 5 crore per annum from professional/

Consultancy fees in each of the three preceding financial year ie. 16-17,17-18,18-19.

2. The bidder should submit certification from a statutory auditor for stating revenue fees in each

year profit and loss account and balance sheet.

3. The bidder should have valid PAN CARD and GST Registration.

4.5. General

4.5.1. Any entity which has been barred by the Central/any State Government in India (or

any entity controlled by them), from participating in any project, and the bar subsists

as on the date of Proposal/Bid, would not be eligible to submit a Proposal/Bid. A bidder

should, in the last three years, have neither failed to perform on any agreement, as

evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial

pronouncement or arbitration award against the Bidder, nor been expelled from any

project or agreement nor have had any agreement terminated for breach by such Bidder.

An Affidavit duly notarized/legalized to this effect should be furnished in Cover -II for

qualification by the bidder.

A bidder who has been disqualified by virtue of provisions similar to those contained in

Clause 4.5.1 and /or Clause 9 of this RFP, in earlier RFPs issued by this Company

leading to cancellation of the Letter of Award/termination of the agreement will not be

20 | P a g e

eligible to participate in this tender.

4.5.2. The Technical Proposal shall contain the following documents in Original:

a) A covering letter (Letter of Proposal/Bid) as per Appendix-I(FormNo.1)

b) Particulars of Applicant as per Appendix-I(FormNo.2)

c) Demand Draft for EMD (Ref Clause 2.3).

d) Proof of payment of cost of RFP document or Demand Draft for Rs. 5,000 (Ref

Clause 2.4).

e) Letter of Undertaking regarding Key Personnel (Ref Clause 4.2)

f) Proof of Technical Capacity (Ref Clause 4.3) as per Appendix-I (FormNo.3)

g) Proof of Financial Capacity (Ref Clause 4.4)as per Appendix-I(FormNo.5&6)

h) Letter or Undertaking as per Clause 4.5.1

i) Power of Attorney (Ref Clause 19.2 ) as per Appendix-I (FormNo.4)

j) Name and address of the Contact person, email, fax and telephone

k) List of documents duly certified.

All documents furnished by the Bidder as per the requirement of Technical Bid Evaluation Criteria shall be signed and stamped by the bidder or authorized signatory of bidder.

5. Technical Proposal/Bid

The Technical Proposal/Bid should be submitted online .All Agencies submitting the bid must

upload the copies of all documents required in the RFP.The Technical Proposal shall not include

any financial offer.

Bidders are required to submit details of approach & methodology proposed to be followed for

carrying out the said assignment, etc. Bidders may be called upon to make a presentation of their

Proposals/Bids, at their own cost, to the Evaluation Committee, if required. The Evaluation

Committee will carry out the technical evaluation with or without the presentation.

Submission of Proposals (Technical and Financial Proposal) through Online Procurement portal is

mandatory. Bidders are advised to submit the Proposals through online portal well in advance to avoid

network problems. Authority will not be responsible for any inability for submission of Proposals before the

Proposal Due Date due to technical problems/network errors.

6. Bidder’s Experience as Project Consultant

6.1. Bidders should indicate the number of completed projects, including the name of the client for whom the assignment has been carried out.

6.2. Bidder’s experience in respect of this criterion should be supported by documentary evidence in the

form of certificate from the client, clearly stipulating the services rendered by the Consultant. In case

original certificate cannot be furnished along with the Bid, the bidders should undertake to make it

available for verification as and when required by Kannur International Airport and in any case before

signing the agreement.

21 | P a g e

7. Financial Proposal/Bid The Financial Proposal” shall mean the binding and final financial offer to be submitted by each Bidder

online in the e- Procurement Portal only in the prescribed format (BOQ.xls)..The project will be

undertaken only through EPC route. As such bidders are required to give Financial Proposal/Bid only

for EPC form of contract and its consultancy and PMC. The Financial Proposals of Qualified Bidders

would be opened. Kannur International Airport would notify the qualified bidders of the date,

time and venue for opening the Financial Proposals. The Financial Proposals would be opened

in the presence of the qualified bidders who choose to be present. Quoted amount shall not

contain more than two decimals. If the fraction contains more than 2 decimals, first two digits

after decimal point only will be considered.

It should be noted that the Financial Proposal/Bid should be on lump sum amount . No escalation

on any account shall be payable on the amounts quoted in the Financial Proposal/Bid. Financial

Proposals/Bids that are conditional will summarily be rejected.

The Proposal/Bid must be valid for a period of 120 days from the due date of submission.

The selected Consultant shall be paid milestone linked professional fees based upon achievement

of respective milestones as per the schedule described in Clause 22.

8. Conflict of Interest

Kannur International Airport requires that the selected Bidder (the Consultant), provide

professional, objective and impartial advice and at all times hold Kannur International Airport

/GOK's interests paramount, avoid conflicts with other assignments or their own corporate

interests, and act without any consideration for future work.

22 | P a g e

Without limitation on the generality of the foregoing, and in addition to the conditions stipulated

under relevant Clause, the Consultants, and any of their associates shall be considered to have a

conflict of interest and shall not be selected under any of the circumstances setforth below:

1. If there is a conflict among this and other consulting assignments of the Consultant (including

its personnel and sub-consultants) and any subsidiaries or entities controlled by such

Consultant. The duties of the Consultant depend on the circumstances of each case. While

providing consultancy services to Kannur International Airport for this particular

assignment, the consultant shall not take up any assignment that by its nature will result in

conflict with present assignment.

2. A firm which has been engaged by Kannur International Airport to provide Goods or Works

for Project and any of its affiliates, will be disqualified from providing consulting services for

the same project. Conversely firm hired to provide consulting services for the preparation of

implementation of a project and any of its affiliates will be disqualified from subsequently

providing goods or works or services related to this project.

3. bidder eventually appointed to provide Consultancy for this Project, as well as any of its

affiliates, shall be disqualified from subsequently providing goods or works or services related

to the construction and execution of the same Project (other than a continuation of the firm’s

earlier consulting services)and any breach of this obligation shall be construed as Conflict of

Interest.

9. Fraudulent and Corrupt practices

The bidders and their officers, employees, agents and advisors shall observe the highest standard of

ethics during the selection process. Kannur International Airport shall reject a bid if it determines that

the Bidder has, directly or indirectly or through an agent, engaged in corrupt, fraudulent, coercive,

undesirable or restrictive practices in the Selection Process.For the purposes of this provision, the

terms set forth are defined as follows:

“Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, of

anything of value to influence the action of the public official in the selection process;

“Fraudulent Practice” means misrepresentation or omission of facts in order to influence the selection

process;

“Coercive Practice” means harming or threatening to harm, directly or indirectly, persons or their

property to influence their participation in the selection process;

23 | P a g e

“Undesirable Practice” means establishing contact with any person connected with or employed with

Kannur International Airport/ GoK with the objective of canvassing, lobbying or in any manner

influencing or attempting to influence the selection process; and

“Restrictive Practice” means forming a cartel or arriving at any understanding or arrangement among

bidders with the objective of restricting or manipulating a full and fair competition in the selection

process.

All documents and other information supplied by Kannur International Airport or submitted by

Bidder/consultant shall remain or become the property of Kannur International Airport.

Bidders/consultants are to treat all information, as strictly confidential. Kannur International Airport

will not return any submissions.

Bidders are advised that the selection of Consultant shall be on the basis of objective assessment done

by Kannur International Airport through evaluation process defined in this RFP. Bidders will be

deemed to have understood and agreed that no explanation or justification of any aspect of the

Selection Process will be given and that Kannur International Airport's decisions are without any

right of appeal whatsoever.

Bidders are advised that Kannur International Airport will not respond to any enquiries or enter in to

communication concerning or relating to Selection Process.

Bidder(s) eventually appointed to provide Consultancy service for this Project, as well as any of their

affiliates, shall be disqualified from subsequently providing goods or works or services related to the

construction and execution of the same project.

Kannur International Airport reserves the right to make inquiries with any of the clients listed by the

Bidders in their previous experience record.

Bidders or any of their affiliates shall not be hired for any assignment, which by its nature, may be in

conflict with other assignments of the Bidder.

10. Due diligence by Bidders

Bidders are encouraged to inform themselves fully about the assignment and the local conditions before

submitting the Proposal/Bid by paying a visit to Kannur International Airport and the Project site, or

by sending written queries to Kannur International Airport.

11. Availability of RFP Document

The RFP document may be downloaded/purchased from the e- Procurement Portal https://etenders.kerala.gov.in.

Tender fee Rs. 5,000/- (Rs. Five Thousand only) as cost of the RFP document, which is non-refundable is required

24 | P a g e

to be paid as mentioned in clause 3 of E-tendering guidelines before the Last date/Time for Bid Submission i.e.

before 1100 Hrs of 20/11/2019 : A scanned copy of the receipt of the Tender Fee payment made is to be uploaded

along with tender documents at the time of submission. Non-Submission of Tender Fee payment receipt as stated

above shall lead to disqualification.

12. Number of Proposals/Bids

Each Bidder shall submit only 1 (one) Proposal/Bid, in response to this RFP. Any Bidder, who submits or

participates in more than one Proposal/Bid will be disqualified .

13. Proposal/Bid and other costs

The Bidder shall be responsible for all of the costs associated with the preparation of its Proposal/Bid

and subsequent negotiation, including visits to Kannur International Airport, project site, etc. Kannur

International Airport will not be responsible or in any way liable for such costs, regardless of the

conduct or outcome of the Selection Process.

14. Right to accept any Proposal/Bid

Notwithstanding anything contained in this RFP, Kannur International Airport reserves the right to

accept or reject any Proposal/BidandtoannultheSelectionProcessandrejectallProposals/Bids, at any

time, without any liability or any obligation for such acceptance, rejection or annulment, and without

assigning any reasons thereof and take any such measure as may be deemed fit in the sole discretion

of Kannur International Airport, including annulment of the Selection Process.

15. Clarifications

15.1. Any queries or request for additional information concerning this RFP shall have to be

submitted through e –tender portal on or before 05 November 2019

15.2. Kannur International Airport would endeavour to respond to the queries not later than 06

November 2019 .The responses will be uploaded in the e-tender portal. Kannur International Airport will post the reply to all such queries on the Official Website.

15.3. Kannur International Airport reserves the right not to respond to questions raised or provide clarifications sought, in its sole discretion. Nothing in this clause shall be taken or read as compelling or requiring Kannur International Airport to respond to any question or to provide any clarification.

25 | P a g e

16. Pre-Bid Meeting

There shall be no pre-bid meeting of the bidders. Bidders shall seek clarification for the RFP through e-tender portal. The clarification will be issued by way of corrigendum in the e-tender portal.

26 | P a g e

17. Amendment of RFP

17.1. At any time prior to the deadline for submission of Proposal/Bid, Kannur International Airport may,

for any reason, whether at its own initiative or in response to clarifications requested by a bidder, modify the RFP document by the issuance of Addendum/Amendment.

17.2. All such amendments will be notified by publishing in the website and will be binding on all Bidders.

17.3. In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any

other reason, Kannur International Airport may, at its own discretion, extend the Proposal/Bid Due Date.

18. Language The Proposal/Bid with all accompanying documents and related correspondence shall be in English

language and strictly on the forms provided in this RFP. No supporting document or printed

literature shall be submitted with the Proposal/Bid unless specifically asked for and in case any of

these documents is in another language, it must be accompanied by an accurate translation of the

relevant passages in English, in which case, for all purposes of interpretation of the Proposal/Bid,

the translation in English shall prevail.

19. Format and signing of Proposal/Bid

19.1. The Bidder shall provide all the information sought under this RFP in the formats specified. Kannur

International Airport would evaluate only those Proposals/Bids that are received in the specified

forms and complete in all respects. Incomplete and /or conditional Proposals shall be liable to

rejection.

19.2. All proposals should be submitted online only through the e Procurement Portal

(https://etenders.kerala.gov.in). Hard copies will not be entertained under any circumstances.

The Proposal/Bid must be properly signed as detailed below:

(i) By the partner holding the Power of Attorney, in case of a partnership firm; or

(ii) By a duly authorized person holding the Power of Attorney, incase of a Limited Company

or a corporation.

(iii) By the proprietor, in case of a proprietary firm. A copy of the Power of Attorney certified under the hands of a partner or director of the

Bidder or a notary public on the specified form shall accompany the Proposal/Bid.

27 | P a g e

19.3. Bidders should note the Proposal/Bid Due Date, as specified in Clause 4.7, for submission of

Proposals/Bids. Bidders are reminded that no supplementary material will be entertained by Kannur

International Airport, and that evaluation will be carried out only on the basis of Documents received

by the closing time of Proposal/Bid Due Date as specified in Clause 2.4. Bidders will normally not be

asked to provide additional material information or documents subsequent to the date of submission,

and unsolicited material if submitted will be summarily rejected.

20. Validity of the Proposal/Bid

The Proposal/Bid shall be valid for a period of not less than 120 days from the Proposal/Bid Due Date.

21. Evaluation and Award Criteria

21.1. The consultancy assignment shall be awarded to the technically qualified bidder quoting the

lowest financial offer.

21.2. Kannur International Airport, however, reserves the right to reject any or all the bids received,

without assigning any reasons and any liability to Kannur International Airport

22. Important Milestones and Implementation Schedule

22.1 The list of important milestones and their expected time of occurrence is as follows:

Sl. No.

Milestone Time line

1 Tender evaluation and appointment of contractors and preparation of agreement for EPC contract

One month from the Tender opening date

2 All statutory clearances (except DGCA clearance) D+2 months

3 Technical Closure (a) Submission of drawings, designs, (Tentative) EPC & working out the justified cost for the work.

Within one month from the award of consultancy work.

4 Approval of 3, by Kannur International Airport D + 2

5

Co-ordination, monitoring, checking & supervision including revision of estimates/tender documents wherever required during the progress of work

Till commissioning of EPC work.

6 Testing, trial runs &commissioning including final Till commissioning of EPC work

28 | P a g e

clearances(including DGCA/ AAI clearance)

D = Date of issue of Letter of Award for EPC work.

23. Liquidated Damages:

If the Consultant fails to achieve milestones within the period of completion as specified in Clause

22 or within extended time allowed by the Kannur International Airport, if any, the Consultant shall

pay to the Kannur International Airport an amount equal to 1% of the Contract amount of that part

of work for every week of delay or part thereof in the case of each item of work subject to maximum

of 10% of the total contract value of that part of work as liquidated damages for the period during

which the work remains unfinished. The Kannur International Airport may deduct such amounts

from any money due or that may become due to the consultant.

24. Extension of time:

If in the opinion of Kannur International Airport, after award of the work, the progress of the work has at any

time been delayed by unavoidable causes beyond the control of the Consultant then the time of completionof

the work may be extended for such reasonable time as Kannur International Airport may decide and this

will be indicated in writing.

25. Termination, Suspension and Resumption

If the Consultant has abandoned the contract or has failed to proceed with the work due to

negligence or the progress of work is slow or has failed to perform the obligations in accordance

with the terms and conditions of the contract, or is persistently or frequently neglecting to carry

out his obligations under the contract, then it shall be lawful for Kannur International Airport to

terminate the contract after giving a written notice of 30 days and to proceed with the balance

work through any other Consultant. Extra cost and expense incurred for completing the balance

work through any other consultant or agencies including its own department shall be debited to

Consultant’s account and shall be recovered from any money due or that may become due to the

Consultant without prejudice to any other remedy in law that may be available to Kannur

International Airport. If there is any saving in cost due to rearrangement or supplementing through

other agencies the Consultant will not have any claim on this.

Kannur International Airport may terminate its obligations under the contract (after signing the

agreement) in the event of any fundamental breach by the Consultant of his obligations here under,

which breach has not been remedied within 14 days of written notice from Kannur International

Airport requiring the breach to be remedied or by giving the Consultant 30days written notice of

its intention to do so.

The Consultant may terminate his obligations under the contract in the event of any fundamental

29 | P a g e

breach by Kannur International Airport of its obligations hereunder, which breach has not been

remedied within 14 days of written notice from the Consultant requiring the breach to be remedied; or

Force Majeure which prevents the Services from being completed pursuant to Clause24.

Termination as mentioned hereinabove shall be effected only after giving to the other party 30 days of

notice in writing.

Termination shall be without prejudice to any claim which either party may have against the other in

respect of any breach of the terms of the contract which occurred prior to the date of the termination.

In the event that the Services are terminated the Consultant shall be entitled to payment o f such part

of the Services rendered upto the date of termination.

26. Force Majeure

After award of the contract,

26.1. The Consultant shall not be liable for any failure to perform the Services caused by any Force Majeure events. For the purpose of this Clause, Force Majeure means the outbreak of war hostilities (whether war be declared or not), invasion, acts of foreign enemies, rebellion, revolution, military or usurped power, the overthrow whether by external or internal means of the Government, civil war, riot, disturbances, civil commotion or any similar cause beyond the control of the Consultant which prevents or adversely affects the performance of the Services.

26.2. Should the performance by the Consultant of the Services be prevented or adversely affected by the Force Majeure, the Consultant shall as far as reasonably practicable, give notice in writing thereof to Kannur International Airport and ask for suitable extension of time for completing the assignment.In the event the force majeure conditions continues for more than 60 days the Authority has the right to terminate the contract.

27. Payment of Fees

Milestone linked Professional fees:

27.1. Following milestone linked Professional Fees as stated hereunder, shall be paid to the

Consultant upon reaching the specified milestone:

Sl. No.

Milestone % of Total

1 Technical Closure

(a) Submission of drawings, designs, tender documents, justified cost statement preparation.

5 %

30 | P a g e

2 Tender Evaluation and appointment of contractor and preparation of agreement for EPC

5 %

3 All statutory clearances except DGCA clearance. 5 %

4 Approval of above 1 & 2 by Kannur International Airport 5%

5 Vetting of 80% of drawings submitted by the EPC contractor. The structural drawing of flyover structure for CAT-I lighting to be got vetted from IIT/MIT/CUSAT/Government Engineering Colleges by the Consultant before clearing for execution.

20 %

6 Execution, supervision, quality check, monthly bill etc. in a progressive mode and vetting of balance 20 % of drawings.

55%

7 Commissioning including DGCA & AAI clearance and final bill preparation.

5%

Total 100 %

27.2. The retention money shall be released after 12 (twelve) months from the date of commissioning of the work. The retention money will be in the form of SD which will be deducted @ 2.5% of every running bill.

28. GST and other taxes

GST shall be payable by Kannur International Airport at rates as per applicable laws in force

from time to time in addition to the quoted offer. All other taxes shall be borne by the bidder.

29. Exclusions

The professional Fee quoted shall be inclusive of all out of pocket expenses on travel, conveyance,

communication, stationery and all such office/administrative expenses, applicable taxes etc.

However, for the execution purpose two vehicles shall be allotted by Kannur International Airport

on non-exclusion basis.

30. Additional Work The Owner may from time to time, instruct the Consultant to provide additional services not

forming part of the Services or to alter, amend, omit, add or re-sequence or otherwise vary services

and the Consultant shall carry out and complete such variation so instructed. If the Consultant is

required to render any other services not envisaged in the scope of services the Consultant will be

compensated for such additional work on mutually agreed terms. Change of methodology of working

and/or minor changes to meet functional, and operational requirements shall not be construed as

additional work and the Consultant shall not be entitled to any additional fee for such changes.

31. The Consultant's Obligations

31.1. The Consultant shall exercise all reasonable skill, care and diligence in the performance of all or any

31 | P a g e

of the Services and, in so far as its duties are discretionary, shall act fairly between the Owner and any third party.

31.2. The Consultant shall, in respect of any work done or information supplied by or on behalf of the Owner report to the Owner any errors, omissions and shortcomings of whatsoever nature of which the Consultant becomes aware in the performance of the Services.

31.3. The Consultant shall comply with all lawful and reasonable directions and instructions which may be issued to the Consultant by the Owner or the Owner's Representative in respect of any matter connected with the Services from time to time.

31.4. The Consultant shall, through the Owner's Representative, keep the Owner informed on all matters related to the Project within the knowledge of the Consultant and shall answer all reasonable enquiries relating to services agreed under this agreement received from the Owner and render reports at reasonable intervals when asked to do so, and shall assist the Owner to form an opinion as to the manner in which he is proceeding with the Services.

31.5. The Consultant shall co-ordinate the performance of the Services with any other consultant separately appointed by the Owner in respect of the Project. Without prejudice to the foregoing, the Consultant shall obtain all necessary drawings, documentation and information relating to the Services to enable the Consultant to perform his obligations under this Agreement.

31.6. The Consultant shall comply with all labour law regulations, all legislations and rules of the State and Central Government governing the wages, welfare, tax, statutory liability, Provident Fund, work men compensation , fatal accident liability and all other liability or obligations connected with the services undertaken by the Consultant and employment of personnel.

32. KEY PERSONNEL

The Consultant shall employ key personnel having adequate qualifications and airport experience capable of discharging their respective responsibilities for implementation, execution and commissioning of the project in a time bound manner as specified in Para 4.2.

The Consultant shall meet the salary, travel, accommodation, PF, Gratuity and any other statutory liability of the personnel/agency employed by the Consultant.

33. Representations and Warranties

(i) The Consultant hereby represents and warrants to the Owner that:

(a) the Services will be performed in a timely, professional and competent manner, with all due skill and care, and in accordance with applicable professional standards and will conform with the requirements set out in Schedule mentioned at clause22.

32 | P a g e

(b) it has the authority and capacity to enter into this Agreement and it is not subject to any restrictive covenant or other legal obligation which prohibits the Consultant from performing the

Services;

(c) none of the Services infringe the intellectual property rights of any other person and the Owner shall have the right to use the Services without any restriction or obligation to any other person;

(d) Neither the Consultant, the Consultant's Representative nor any other employee or agent of the Consultant has any relationship with any third party with whom the Owner has contracted which would cause such person to have a conflict of interest in relation to this Agreement or in respect of the Services. Should any such conflict of interest arise during the Duration of this Agreement, the Consultant covenants and agrees to immediately notify the Owner.

34. The Owner's Obligations 34.1. The Owner shall keep the Consultant informed on such matters as may appear to him to affect the

performance of the Services and shall give such assistance, approvals, and decisions in writing as shall reasonably be required for the performance of the Services or any part thereof in such time as will not delay the performance and completion of the Services.

34.2. Subject to the Confidentiality obligations in Clause 48, all information relevant to the Services which is readily available shall be supplied free of charge to the Consultant subject to the provisions in this Agreement. Any documents supplied free of charge to the Consultant shall be returned to the Owner as required by Owner after the purpose for which it had been given and completed.

35. Payment 35.1. The Consultant may submit to the Owner or to the Owner's Representative the invoice/statement of

account for payment of the Fee in accordance with the Schedule of Payment along with schedule of work completed in a tabular form with the mile stones achieved and if there is any delay in achieving the milestones the reasons for such delay along with the application for payment of any other amounts claimed to be payable to the Consultant and pursuant to Clause 24 & 30 under this Agreement.

35.2. The Owner or the Owner's Representative shall check the invoices with the details of work completed and the eligibility for such payment in accordance with the terms of agreement and certify the amount to be paid to the Consultant and on certification the payment will be made to the Consultant after taking into account any deduction or credit to be made from such invoices in accordance with this Agreement.

Payments shall be adjusted for deductions for advance payments, retention and other recoveries in terms of the Agreement and taxes at source as applicable under the law.

35.3. The Owner shall pay to the Consultant the amount certified by the Owner's representative within 15 days of such certificate.

35.4. Unless provided otherwise, payment shall be made in Indian currency.

35.5. Retention towards security deposit @ 2.5% shall be collected by deduction from each Running Bill of the Consultant @ 2.5 % of the Gross Amount of the bill or final claims till expiry of defect liability

33 | P a g e

period.

36. Performance Guarantee

The Consultant shall furnish performance guarantee by way of Bank Guarantee in favour of the Owner payable at Mattannur for a sum equal to 5% of the agreement value. Performance guarantee shall remain valid until the issue of No Defects Liability Certificate by the Owner and will be released upon satisfactory completion of the Consultant's obligations under the Agreement. If the Consultant abandons the work or fails to achieve the milestone or there is persistent default or delay on the part of the Consultant and the work is carried out through other agencies, the bank guarantee will be invoked and the performance guarantee will be forfeited.

37. Indemnity 37.1. The Consultant shall indemnify the Owner against all legally enforceable claims, damages, losses or

expenses arising out of or resulting from any negligence by the Consultant, his servants and agents in performing the Services provided always that the liability of the Consultant to indemnify the Owner as aforesaid shall be reduced proportionately to the extent that any wrongful act or neglect of the Owner, his servants and agents has contributed to such claims, damages, losses or expenses.

37.2. In the event of any errors or omissions for which the Consultant is responsible and as a result of which re-execution of the Services is required, the Consultant shall, without relieving any liability and obligation under this Agreement, at his own cost re-execute such Services to the reasonable satisfaction of the Owner.

38. No Consequential Damages and Limit of Liability

Notwithstanding any provision in this Agreement to the contrary, the maximum total cumulative

liability of the Consultant to the Owner under this Agreement for all claims, losses, damages and

expenses in any way arising from or related to the performance of this Agreement shall be the costs

of re-performing the part of the Services causing of such claims, losses, damages and expenses, or a

sum equal to the amount of his fees received under this Agreement, whichever is lesser.

39. Insurance 39.1. Without limiting his obligations and responsibilities nor his liability to indemnify the Owner under

Clause 37, the Consultant shall, as from the date of commencement of this Agreement, and thereafter,

maintain a professional indemnity insurance policy with a minimum cover of an amount equal to

value of award to meet any claims that may be made by the Owner in respect of any negligence in or

about the conduct of and performance by the Consultant, his servants and agents of all and singular

services. The Consultant shall use his best endeavours to maintain the said cover for a period of six

years from completion of the Services under the Agreement provided the same continues to be

available in the market in commercially reasonable terms. Either in the same policy or additionally,

the Consultant shall maintain sufficient insurance, for the like period, as would properly protect the

Consultant against any claims by third parties in respect of the performance of the Services by the

Consultant.

34 | P a g e

39.2. In the event that the insurance cover required by Clause 39.1 ceases to be available in commercially

reasonable terms, the Consultant shall maintain professional indemnity insurance at the maximum

level of cover which is available in commercially reasonable terms, provided that the Consultant has

obtained the prior agreement in writing of the Owner to such reduced level of insurance cover.

39.3. 1f the Consultant shall fail upon request to produce to the Owner documentary evidence that there

is in force professional indemnity insurance required by Clause 39.1or as may have been agreed in

accordance with Clause 39.2, the Owner may effect and keep in force any such insurance and pay

such premium as may be necessary for that purpose. The Owner shall be entitled to deduct such

premium, together with expenses incurred, from any sums due to the Consultant under this

Agreement and/or to recover such amount as a debt from the Consultant.

39.4. The consultant shall take adequate insurance on their men and materials at site against loss life,

injury and theft, fire, burglary and other natural calamities at the cost of the consultant and the

insurance policies should be kept renewed from time to time during the period of this agreement. A

copy of the policy should be furnished to the Owner.

39.5. Notwithstanding anything contained in Clause 39 if the consultant's projects are covered under the

Global Insurance Scheme, the consultant shall furnish a confirmation from their Insurance Company

to the Owner specifying that the Owner's airport project is covered by professional indemnity

insurance as required under Clause 39.

40. Intellectual Property Rights 40.1. "Intellectual Property Rights" means all intellectual and industrial property rights of the Owner

which include all intellectual and industrial rights to inventions and patents for inventions,

copyright, designs and industrial designs, trademarks, knowhow, trade secrets and confidential

information, and other proprietary rights. The Consultant agrees that the Owner shall be the

exclusive owner of all Intellectual Property Rights howsoever created or developed by the

Consultant, whether by it alone or jointly or with the contribution or assistance of others arising out

of its engagement with the Owner, including without limitation all Intellectual Property Rights in

the deliverables specified in Schedule-I. The Consultant further agrees that it has no rights in any

such Intellectual Property Rights and hereby assigns to Owner all rights, title and interest that may

accrue to the Consultant as a result of its engagement with the Owner. The Consultant hereby

undertakes and agrees to waive all its rights that the Consultant now or in the future may have to

the Intellectual Property Rights. The Consultant agrees that all deliverables and other works created

in full or in part by the Consultant may be maintained, changed, modified and/or adapted by the

Owner without the consent of the Consultant. Notwithstanding the foregoing, the Consultant and

the Owner may agree in writing that certain identified and designated Intellectual Property Rights

will remain with the Consultant.

40.2. Owner acknowledges that Consultant possess knowledge and expertise relating to the subject

matter of the Services ("Consultant Know-How"), which may include intellectual property rights in

certain pre-existing tools and materials used by Consultant in performing the Services. Nothing in

35 | P a g e

this Agreement is intended to transfer to the Owner any rights in the Consultant Know-How, which

shall remain the property of the Consultant. To the extent that any Consultant Know-How is

included in any deliverables, Consultant hereby grants to the Owner a perpetual non-exclusive right

and licence to use and reproduce the Consultant Know-How to the extent reasonably necessary to

exercise the Owner's rights in the deliverables.

41. Commencement, Completion and Alterations

Commencement Date: The Commencement of Project will be the date of issue of ‘Letter of Award’. Duration of Contract: Duration of Contract is the period till DLP from the date of commissioning of the project.

Completion Date

The completion date of the contract shall be the date immediately before which all work has

been carried out to the satisfaction of Kannur International Airport, and tender terms of EPC

contract including DLP all the milestones have been met and all claims that may be outstanding

between Kannur International Airport and Consultant have been resolved.

42. Alterations:

Should circumstances arise which call for the modification of the contract, it will be done by mutual Consent of the concerned parties in writing, In this respect, Proposal/Bids for alterations from one party shall be given due consideration by the other party.

43. Assignment

The Consultant shall not, without the written consent of Kannur International Airport assign

the benefits or any other aspects, obligations or duties due under the contract to any third party

thereof. Accordingly ,Kannur International Airport shall not, without the written consent of

the Consultant in any way assign or transfer its obligations under the contract to any third

party thereof except in case of default on the part of the Consultant when Kannur International

Airport will be entitled to engage a third party to complete the Project at the cost of the

Consultant.

44. Applicable Laws

The contract shall be governed by the Indian Laws being in force from time to time.

36 | P a g e

45. Settlement of Disputes

For any dispute arising out of this Agreement, only the Courts in Kannur shall have jurisdiction to

entertain such a dispute.

46. Heading of Clauses

The Headings of the Clauses herein have been inserted only to facilitate reference and shall not be

taken as being of any significance whatsoever in the construction and interpretation of the Clauses.

47. Ruling Language

The ruling language in this contract shall be English. All correspondence, reports and documents shall

also be provided in English.

48. Confidentiality

The deliverables, reports and other works of the Consultant for this assignment including all studies and other materials, contributions shall be the property of Kannur International Airport and the consultant shall handover all data and documents. The Consultant will not have any right on such materials including data. The Consultant shall keep all data, reports, records , work and services carried out for this assignment entirely confidential and not use, publish or make known any of it, without the written approval of the Managing Director, Kannur International Airport Limited. However, the foregoing obligations of confidentiality and secrecy and non-use shall not apply to any information that was in the Consultant’s possession prior to commencement of work or which is or shall become available to the public in the form of printed information from other sources.

49. Preparation of Proposal/Bid Following 3 Covers shall be submitted through online at e-tender portal by the bidder.

Cover –I

RFP document fee& EMD submission compliance statement

Cover -II

Documents listed under 4.5.2 & Technical Compliance statement Technical Proposal/Bid and Certificate of Authority to sign Proposals/Bids

Cover-III

Price bid duly filled in bill of quantities (BOQ).

37 | P a g e

50. Submission of Proposal/Bid

The Bidder shall provide all the information sought under this RFP. Kannur International Airport

will evaluate only those Proposals that are received in the required formats and complete in all

respects. Incomplete and /or conditional Proposals shall be liable to rejection. Each page of Technical

Proposal is to be serially numbered, signed and stamped by the Authorized Signatory of the Bidder.

Bidder who shall also initial each page in blue ink and stamp all pages. All the alterations,

omissions, additions or any other amendments made to the Proposal shall be initialed by the

person(s) signing the Proposal.Financial Proposal shall contain the Financial proposal in the

format given in the E-tender portal.

50.1. Earnest Money Deposit

A Bidder is required to pay, along with its Proposal, Earnest Money Deposit of INR 6,00,000/-

(Rupees Six Lakh only ) through e procurement portal. .No other mode of EMD payment shall

be accepted. No interest shall be paid on any account against EMD.EMD of unsuccessful Bidders

will be returned by the Authority, without any interest, as promptly as possible on acceptance of

the Bid of the selected Bidder or when the Bidding Process is cancelled by the Authority.The

Selected Bidder’s EMD will be returned, without any interest, upon the Bidder signing the

Agreement inaccordance with the provisions thereof.

The EMD will be forfeited: -

a. If the bidder withdraws his/her bid during the validity period of bid or extended period

as specified in this document.

b. If successful bidder fails to sign the agreement or furnish Performance Security as will be

required at the time of signing the agreement.

51. Deadline for Submission of Proposals/Bids

Proposals (Technical Proposals and Financial Proposals) should be submitted before 1400 hours

IST on the Proposal Due Date mentioned at Clause 4 (Critical Dates and Time).Authority may, in

its sole discretion, extend the bid submission date ate uniformly for all Bidders by issuing an

Addendum/Corrigendum .The e- Procurement Portal shall not accept proposals, after the specified

time on the Proposal Due Date and shall be summarily rejected

38 | P a g e

Appendix –I FORM 1

COVERING LETTER

(To be Submitted in Cover 2)

Dated: To, Managing Director Kannur International Airport Limited Mattannur,Kannur Pin 670702

Sub: Request for Proposal /Bid for Selection of a Project Consultant including PMC for Expansion of Apron, Cat 1 Approach lighting system, Reciprocal ILS and Auxiliary works at Kannur International Airport Sir, 1. With reference to your website advertisement and having examined the RFP documentand

understand their contents. I hereby submit this proposal for the said tender. Myproposal is unconditional and unqualified.

2. I acknowledge that the Authority will be relying on the information provided in the RFP document for selection and I certify that all information provided therein is true and correct: nothing has been omitted which renders such information misleading: and all documents accompanying this proposal are true copies of their respective originals.

3. I shall make available to the Authority any additional information it may find necessary or require

to supplement or authenticate the proposal.

4. I acknowledge the right of the Authority to reject the proposal without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account whatsoever.

5. I certify that I fulfill the qualification and experience as sought by the Authority.

6. I also certify that the proposal is valid for a period of 120 days from the date of opening of the

Financial Proposal.

7. I further certify that no investigation by a regulatory authority is pending against me.

Yours faithfully, Date: (Signature and name of the Applicant)

Address Mobile No:

39 | P a g e

E-mail ID: Appendix –I

(To be Submitted in Cover 2)

FORM –2

Particulars of the Applicant

1.1 Title of the Consultancy: Selection of a Project Consultant including PMC for Expansion of Apron, Cat 1 Approach lighting system, Reciprocal ILS and Auxiliary works at Kannur International Airport

1.2 State whether applying as a Sole Proprietorship Firm or Partnership Firm or LLP or Company and provide details of the relevant authorization

State the following:- Name of the Sole Proprietorship Firm or Partnership Firm or LLP or Company Country of incorporation: Registered address: Year of Incorporation: Year of commencement of business: Principal place of business: Brief description of the Company including details of its main lines of business:- Name, designation, address and phone number of Authorized Signatory of the Applicant: Name: Designation: Company: Address: Phone No.: Fax No.: E-mail address:

For the Applicant, state the following information:

i. Has the Applicant been penalized by any organization for poor quality of work or breach ofcontract in the last five years?Yes/No

ii. Has the Applicant ever failed to complete any work awarded to it by any public authority/entity in last five years?Yes/No

40 | P a g e

iii. Has the Applicant or any of its Associates been blacklisted by any Governmentdepartment/Public Sector Undertaking in the last five years?Yes/No

iv. Has the Applicant or any of its Associates suffered bankruptcy/insolvency in the last fiveyears?Yes/No Note: If the answer to any of the questions at (i) to (iv) is yes, the Applicant is not eligible forthis consultancy assignment

[Signature, name and designation of the Authorized Signatory] For and on behalf of...............................

41 | P a g e

Appendix –I

(To be Submitted in Cover 2)

FORM –No.3

Proof of Technical Capacity

Sl No Name of the Bidder

1. Number of completed projects, including the name of the client for whom the assignment has been carried out.

2. The bidder should satisfy the following criteria in para 4.3.1 to become eligible to quote. The bidder must also have experience in any two of the following:- 1. Apron Works 2. FlyOver Works 3. CAT I Lighting works For the works i.e one out of the three above where experience is not met the agency shall associate a sub agency with adequate experience in that field. 4.3.1. A single project costing each Rs. 300 Crore or more, successfully undertaken and completed having consultancy and PMC together in the past seven years in any Airport Project. OR Three (3) separate projects costing each Rs 100 Crore or more for each such project, and aggregating to Rs 350 Crore or more for three works , successfully undertaken and completed (PMC & consultancy) in the past seven years. At least two works should be airport works including PMC & Consultancy and one work must be airside works OR The consultant should be an empaneled consultant for AAI or other reputable Airport operator for the work costing Rs. 300 Cr and above and completed with at least one work

42 | P a g e

including Airside consultancy works for a cost of Rs. 200 Cr and above (Consultancy & PMC in the last 7 years). Note : Bidder has to submit the documentary evidence in proof of the credentials. To demonstrate technical competence the bidders will need to furnish details of assignments, number of similar assignments undertaken and completed in the past, client certificates, contract copies and undertakings, as necessary for demonstrating successful completion of such assignments,

(Documentary evidence to demonstrate technical competence such as details of assignments, number of similar assignments undertaken and completed in the past, client certificates, contract copies and undertakings, as necessary for demonstrating successful completion of such assignments.)

43 | P a g e

Appendix –I

FORM No.4

Power of Attorney Know all men by these presents, we, ………………………………..(name of firm and address of the registered office) do hereby constitute, nominate, appoint and authorize Mr/Ms…………………………………………….son/daughter/wife and presently residing at ,…………………………………………., who is presently employed with us and holding the position of …………………….. as our true and lawful attorney (hereinafter referred to as the “Authorized Representative”) to do in our name and our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to the submission of our Proposal for selection as the Project Consultant for Expansion of Apron, Cat 1 Approach lighting system, Reciprocal ILS and Auxiliary works at Kannur International Airport including but not limited to signing and submission of all Proposals, Bids and other documents and

writings, participate in Pre-Proposals and other conferences and providing information/ responses to

Kannur International Airport , representing us in all matters before Kannur International Airport ,

signing and execution of all contracts including the Consultancy Agreement and undertakings

consequent to acceptance of our Financial Proposal, and generally dealing with Kannur International

Airport in all matters in connection with or relating to or arising out of our Financial Proposal for the

said Concession and/ or upon award thereof to us and/or till the entering into the Agreement with

Kannur International Airport.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be

done by our said Authorized Representatives pursuant to and in exercise of the powers conferred by the

instant deed of Power of Attorney and that all acts, deeds and things done by our said Authorized

Representative in exercise of the powers herby conferred shall always be deemed to have been done by

us.

IN WITNESS WHEREOF WE, …………………………………..THE ABOVE NAMED PRINCIPAL HAVE

EXECUTED THIS POWER OF ATTORNEY ON THIS ……………………… DAY OF …………….., 20**

For ………………….. (Signature, name, designation and address)

Witnesses : 1. 2. Notarised Accepted …………………………………

(Signature, name, designation and address of the Attorney)

Notes:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,

laid down by the applicable law and the charter documents of the executant(s) and when it is so

44 | P a g e

required, the same should be under common seal affixed in accordance with the required procedure.

Also, wherever required, the Bidder should submit for verification the extract of the charter

documents and documents such as a resolution/power of attorney in favour of the person executing

this Power of Attorney for the delegation of power hereunder on behalf of theBidder.

For a Power of Attorney executed and issued overseas, the document will also have to be legalized

by the Indian Embassy and Notarized in the jurisdiction where the Power of Attorney is being issued

45 | P a g e

Appendix –I (To be Submitted in Cover 2)

FORM No.5

Proof of Financial Capacity

Signature of Authorized Signatory)

Name &Designation

Seal or Stamp of Bidder

1. NameofBidder

2. Turnover from similar business during any three preceding financial years ie 16-17,17-18 & 18-19

(Bidder to produce certificate from the

Auditor in the format prescribed in form No. 6

Financial Year Turnover in lakhs

2016-17

2017-18

2018-19

46 | P a g e

FORM No.6

(To be Submitted in Cover 2)

CERTIFICATE FROM AUDITOR

(Refer to Clause 4.4 (1), 4.4 (2))

A. Basedontheauditedrecordsofthecompany,thisistocertifythat………………………… (Name of Bidder) has received a minimum income of Rs 5 crores per annum from professional consultancy fees in three preceding financial years as defined in clause 4.4 (1)

B. We further certify that based on the audited accounts .....................................................(Name of Bidder) has a turnover from professional consultancy fee , as defined in RFP and in accordance with Clause 4.4 (1), as per details below.

Signature

Name & Membership No of Auditor

Seal of the audit firm:

Date:

Financial Year Turnover (in INR Lakhs)

47 | P a g e

(To be Submitted in Cover 3)

Appendix II PRICE BID

Name of Work: Request for Proposal /Bid for Selection of a Project Consultant including PMC for Expansion of Apron, Cat 1 Approach lighting system, Reciprocal ILS and Auxiliary works at Kannur International Airport (Note : The bidder shall quote LUMPSUM AMOUNT only )

Note: The Fees quoted shall not include GST. GST shall be paid extra on receipt of GST invoice; However the fee quoted shall include all other applicable Taxes.

The Consultants shall carefully fill the bid offer both in figures and words in terms of lumpsum offer

Over writing shall not be permitted. Errors if any in the bid offer shall be corrected by striking out

and rewriting clearly and initiated.

If any difference is found in the bid given by the consultants in words and figures the lower of the two

shall only be considered.

Name of the

Bidder/

Bidding Firm /

Company :

NUMBER # TEXT # NUMBER # NUMBER # NUMBER # TEXT #

Sl.

No.

Item Description Quantity Amount to be

quoted excluding

GST

In Figures TOTAL

In Words

1 2 4 13 53 55

1.0Consultancy including PMC  for Expansion of 

Apron, Cat 1 Approach lighting  system, Reciprocal

ILS and Auxiliary works at Kannur International

Airport as per the Scope of Services

1.000

0.00 INR Zero Only

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words

PRICE SCHEDULE

(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected

for this tender. Bidders are allowed to enter the Bidder Name and Values only )

INR Zero Only

Item Rate BoQ

Tender Inviting Authority: Kannur International Airport Ltd

Name of Work: Request for Proposal - Project Consultant for Expansion of Apron, Cat 1 Approach lighting system, Reciprocal ILS and Auxiliary works at Kannur

International Airport

Contract No:

Validate Print Help

48 | P a g e

The bidder is not allowed to make any alterations to the terms & conditions. For any such alteration

the offer of the consultants is liable for rejection.

Kannur Airport reserves the right to reject any bid or all the bids without assigning any reason

therefore.

Conditional bid/offer will not be accepted

49 | P a g e

Annexure I

RFP Document Fee & EMD Submission: Compliance Statement

(This compliance statement duly filled , along with scanned copies of the documents to be

submitted in Cover-1)

Sl No: Documents “Yes” for Complied “ No” for not complied

01

Online submission of tender document fee: (Rs.5000/- inclusive of GST)

02

Online submission of EMD (Earnest Money Deposit : (Rs.6,00,000-)

Authorized Signature:

Name of the Signatory:

Name & Address of the Bidder:

Official Seal &Date :

50 | P a g e

Annexure II

Technical Compliance Statement (This compliance statement duly filled, along with scanned copies of

the documents to be submitted in Cover-2)

Sl No Documents “YES” for complied “NO” for not complied

1. Tender Cost / Fee : Rs5000/-(Rupees Five Thousand only) in the form of Demand Draft (DD) in favour of Kannur International Airport Limited, payable at Mattannur

2. EMD (Earnest Money Deposit) : Rs6,00,000/- (Rupees Six lakh) in the form of Demand Draft in favour of Kannur International Airport Limited, payable at Mattannur

3. Appendix –I : Form 1: Covering Letter

4. Appendix –I: Form 2: Particulars of the Applicant

5. Appendix –I : Form 3: Proof for Technical Capacity

6. Documentary evidence to demonstrate technical competence such as details of assignments, number of similar assignments undertaken and completed in the past, client certificates, contract copies and undertakings, as necessary for demonstrating successful completion of such assignments.

7. Appendix –I : Form 4: Format for Power of Attorney

8. Appendix –I : Form 5: Proof for Financial Capacity

9. Appendix –I : Form 6:Certificate from Auditor

10. An Affidavit duly notarized/legalized as per clause 4.5.1 of the RFP document.

11. Copy of abridged balance sheet along with Profit and Loss Account statement

51 | P a g e

12. PAN & GST Registration Certificate

13. Details of Approach & Methodology proposed for the assignment

14. All documents furnished by the bidder duly signed and stamped by the authorized signatory.

15. Any other information required in the Bidding Documents or considered relevant by the bidder

Authorized Signature:

Name of the Signatory:

Name & Address of the Bidder:

Official Seal & Date

TENTATIVE SKETCH FOR THE SCOPE OF WORK

52

Limit of work as per

PTT scope variation

Limit of work as per

PTT scope variation

Limit of work as

per PTT scope

variation

Limit of work as per

PTT scope variation

30

50

.0

00

33

50

.0

00

31

10

.0

00

30

38

.5

00

3340.000

3360.000

3332.219

3379.719

34

40

.0

00

34

20

.0

00

33

80

.0

00

33

60

.0

00

33

40

.0

00

33

20

.0

00

32

80

.0

00

32

60

.0

00

32

40

.0

00

32

20

.0

00

31

80

.0

00

31

60

.0

00

31

40

.0

00

31

20

.0

00

30

80

.0

00

30

60

.0

00

30

40

.0

00

30

20

.0

00

29

80

.0

00

34

50

.0

00

34

00

.0

00

33

00

.0

00

32

00

.0

00

31

00

.0

00

30

00

.0

00

Y R

B

B

B

B

B

23

.2

0.5

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

G

1.5

A4

A4

A4

A4

A4

A4

A4

A4

A4

A4

A4

A4

A4

A4A4

0

0

A4

A4

0

A4

A4

A4

0 0 0

0 00

A4

0 00

A6 A6 A6

A6

A4

900

0 0 0

0 0 0 0

P9T-A P9T-A

P9T-A

P9T-AP9T-AP9T-A

0

PTB01

PTB02

PTB03

PTB04PTB05

P9T-A P9T-A P9T-A

P9T-A

P9T-A

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

12

.2

54

.0

84

.0

84

.0

8

0.5

0.5

0.5

0.5

12

.2

54

.0

84

.0

84

.0

8

0.5

0.5

0.5

0.5

0.5

3

3

0.5

3

3

0.5

3

3

0.5

3

3

0.5

3

0.5

3

3

0.5

3

3

0.5

3

3

0.5

33

33

33

3

0.6

0.3

22

.5

30

37

.5

45W

W

W

W W W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

WWW

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

W

WW

W

W

W

W

W

W

W

W

W

W

30

50

.0

00

33

50

.0

00

31

10

.0

00

30

38

.5

00

34

40

.0

00

34

20

.0

00

33

80

.0

00

33

60

.0

00

33

40

.0

00

33

20

.0

00

32

80

.0

00

32

60

.0

00

32

40

.0

00

32

20

.0

00

31

80

.0

00

31

60

.0

00

31

40

.0

00

31

20

.0

00

30

80

.0

00

30

60

.0

00

30

40

.0

00

34

50

.0

00

34

00

.0

00

33

00

.0

00

32

00

.0

00

31

00

.0

00

420 600

750

slope

slope

slope

slope

slope

slope

6.00

926 m

14

1m

66m

LEGEND

Apron Expansion

Taxiway

GSE Parking Area

07 Hill lock cutting Area

Substation

4000 m Runway Extension area

25 CAT 1 Flyover

Filling Area