DETAILED TENDER NOTICE COCHIN INTERNATIONAL AIRPORT LIMITED CIAL/ELE/

Similar documents
period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable )

TENDER FOR TRAVEL SERVICES

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant...

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE FM/NEP/INT/27/14-15 Date:

Expression of Interest. Scanning of Documents

PQ Value No. Tender(Rs) (Rs.)

NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No )

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

- NOTICE INVITING TENDER

NOTICE INVITING e-tender NOTICE (3 BOT -3 Envelopes Open Tender) (Bid Invitation No )

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) / / Date: Tender notice

OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN , ASSAM

SANITARY SECTION IIT Kharagpur

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

Development of application Software for Election Commission

1.1 The tendering process is online at Airports Authority of India s e-portal URL address or

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI.

Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three envelope system, mobilization advance, specialized works, etc.

भ रत य कप स नगम ल मट ड

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

TENDER FOR ANNUAL MAINTENANCE CONTRACT & CREATION OF WEBSITES OF O/o DIRECTORATE OF FILM FESTIVALS.

EMPANELMENT OF CONTRACTORS

Notice for Inviting EOI from Chartered Accountants Firms for Conducting Statutory Audit of DRDA, Malkangiri. For the FINANCIAL YEAR

SOFTWARE TECHNOLOGY PARKS OF INDIA

Ref. REC/Adm. (Estate)/ / Dated

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

TENDER NOTICE. Tender for Printing of Calendars Wall Calendars, Desk Calendars & Date Calendars

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

Expression of Interest for Empanelment Of Film Producer/ Film Production Agency

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/

Document Control Sheet

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

1 APPLICATION FORM FOR REGISTRATION/PRE-QUALIFICATION OF PARTIES FOR

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

Empanelment of Vendors for Load Testing

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

No /1/2016-Genl. Government of India Ministry of Textiles

GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER

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

PQ Value No. Tender(Rs) (Rs.)

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

Expression of Interest

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

TERMS & CONDITIONS FOR THE REPAIR AND MAINTENANCE CONTRACT

1. Technical Offer Submission Sheet

Wanted Plot at Bavla. Advertisement for purchase of plot at Bavla under Ahmedabad DO.

8. Form of Tender : F Form of Agreement : F Appendix - I : F-68

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

Ministry of External Affairs Government of India External Publicity & Public Diplomacy Division PAV Section

GAIL (India) Limited Corporate Office New Delhi EMPANELMENT OF ADVERTISING AGENCIES

TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of

OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN , ASSAM NOTICE OF INVITING TENDER

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA BIHAR (INDIA)

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER

STAR HOUSE, 1 st FLOOR, PREMISES DEPARTMENT C- 5, G -BLOCK, BANDRA KURLA COMPLEX BANDRA (EAST), MUMBAI TENDER DOCUMENT FOR

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR

A. Qualifying Criteria

Notice Inviting Tenders

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER

NOTICE INVITING PROPOSAL

Following terms and conditions may be kept in view while submitting the bids :-

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone:

INDIAN MARITIME UNIVERSITY

Empanelment of Private Security Agency (PSA) for Bhubaneswar Region

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN , ASSAM

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA TEL.: (0177) FAX: (0177) TENDER NOTICE

Madhya Pradesh Madhyam

CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Alipura/Sayajipura Baroda Baroda

ZONAL OFFICE KARNATAKA ZONE EMPANELMENT OF PRINTING CONTRACTORS

OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप र-८३१००१

Oracle Financial Services Applications

OFFICE OF THE MUNICIPAL CORPORATION FARIDABAD

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY /

Expression of Interest Document for Coaching for IIT - JEE during Free Training Scheme for the Candidates Belonging To Scheduled Tribe

TENDER DOCUMENT. For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER

DEPLOYMENT OF SECURITY GUARD, SWEEPER AND SUPERVISOR IN DGCI&S, KOLKATA - REGARDING,

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

Tender for Ad film to promote Gujarat Tourism.

Dated 14 July, Director (A&F) NHIDCL

PRE-QUALIFICATION DOCUMENT

Details for Engagement of Management Consulting Firm for OSRFS

Value (Rs.) (F) P.F. Regn. No. and E.S.I. Regn. No. of the indenting tenderers wherever applicable.


-~o. K'TS System Digital EAPBX System (equipped to handle 8 P&'T Lines and

GOVERNMENT OF INDIA BHABHA ATOMIC RESEARCH CENTRE ARCH. & CIVIL ENGINEERING DIVISION I N D E X SECTION NOS. DESCRIPTION PAGE NOS.

ZONAL OFFICE KARNATAKA ZONE EMPANELMENT OF AIR CONDITIONER SUPPLY CONTRACTORS

DOCUMENT FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES

Transcription:

DETAILED TENDER NOTICE COCHIN INTERNATIONAL AIRPORT LIMITED CIAL/ELE/255. 08.07.2014 Sealed item rate composite tenders are invited from reputed Indian contractors/firms for the work mentioned below at Cochin International Airport, Nedumbassery. Name of Work Estimated Cost Period of Completion : Mechanical, Electrical, Plumbing and allied works for the New International Terminal at Nedumbassery : Rs 125 Crores (approximately) : 20 Months Scope of Works The Scope of works includes MEP & Allied works for the New International Terminal with a built up area of 15,00,000 sq.ft at Cochin International Airport Ltd. Part A 1. Air-conditioning works. 2. Electrical Works. Part B a) HT Works. b) LT Works. 1 Fire Protection Works (Fire Fighting, Fire Detection & Fire Alarm System). 2. Building Management System. 3. Plumbing System. Part C a) Water Supply Works. b) Sewage, Sullage and Storm Water. c) Rain Water Harvesting. 1. Vertical and Horizontal Transportation System. (Elevator, Escalator & Walkalator) 1

Eligibility Criteria : The applicant may be an individual, proprietorship firm, partnership firm, company or corporation who meets the requisite eligibility criteria prescribed as under. Joint venture companies and consortiums are not permitted to bid. If the applicant is a limited company or a corporation the application shall be signed by a duly authorized person holding power of Attorney for signing the application accompanied by a copy of the power of Attorney. The applicant should also furnish a copy of the memorandum of Articles of Association duly attested by a public notary. Bidders should have I. Valid A grade electrical contract license issued by the Kerala State Electrical Inspectorate or should associate with an electrical contractor having the above license. II. Valid PF & ESI registration. III. a. The bidder should have commenced and completed one similar work in India of value not less than Rs 100 Crores in a single contract as prime bidder during the last seven years. (i.e. 31.03.2007 31.03.2014.) OR b. The bidder should have commenced and completed 02 similar works in India of value not less than Rs 63 Crores each in a single contract as prime bidder during the last seven years.( i.e. 31.03.2007 31.03.2014 ) Prime bidder in the above case, under joint venture arrangement, means the bidder who had the major share in value terms in the execution of the work with its joint venture partner.if such a document is submitted as the pre-qualification for experience, the bidder is required to submit the copy of the MOU with its joint venture partner for that work duly attested by notary public and the work completion certificate should also state the major share of the bidder to prove as the prime bidder. The project submitted for proving the eligibility criteria should have been commenced and completed within the last 07 years (prior to 31.03.2014). The completion certificate issued by the client shall clearly indicate the components of the project, date of starting of work and the completion date of the work. The work should be 100% completed during the said period of the project. In case the works are executed for Private Client, copy of the work order, list of major components of work with their value, TDS certificate for all payments received and copy of final/last bill paid by the client shall be submitted. No documents other than above mentioned could be considered as documentary proof for work experience. Similar works should compulsorily comprise of: i. Air-Conditioning works (Part A-1 of the Scope of Works mentioned above) of minimum capacity 2000 TR. ii. Anyone of the HT/LT electrical packages (Part A-2-(a/b) of the Scope of Works mentioned above) of minimum connected load of 3 MVA. iii. At least one package of Fire Protection works/building Management System/Plumbing System (Part B 1-2-3 of the Scope of Works mentioned above). 2

IV Annual work contract receipts to the tune of Rs. 125 Crores, during any one of the three preceding years ending on 31.03.2014.(Audited financial statement for the last 07 years 2007-2008, 2008-2009, 2009-2010, 2010-2011, 2011-12, 2012-13, 2013-14 should be produced).the bidder will be qualified only if they have minimum financial capabilities as below: a) Working capital of the bidders during last audited financial years should be greater than Rs 20 Crores b) Profit before tax should be positive in at least 03 years out of the last five financial years. c) Net worth of bidders during last audited financial year should be greater than Rs 40 Crores. V Solvency Certificate from scheduled bank of value not less than Rs.50 Crores certified by bankers. Solvency certificate should not be older than 01 year from the date of submission of prequalification document. The credentials submitted without documentary evidence shall not be considered / evaluated. CIAL will have the right to verify the work experience certificate/bank statements as required. Earnest Money Deposit : Rs 1.25 Crores (Rs 20 Lakhs as demand draft / banker s cheque from nationalized /scheduled bank and balance Rs 1.05 Crores as bank Guarantee from Nationalised /Scheduled bank). Cost of tender documents : Rs. 25,000/- + KVAT Period of sale of tenders : 30.07.2014 to 05.08.2014 Date of tender submission : 03.09.2014 upto 1500 hrs Date of tender opening : 03.09.2014 at 1530 Hrs Interested agencies may submit their application for prequalification along with the copies of supporting documents duly attested by a Gazetted Officer, at the Office of The Managing Director, Cochin International Airport Ltd, Kochi Airport (P O), 683 111 on or before 19.07.2014. The agencies should submit the duly filled Annexure (I to VII) attached with this detailed tender notice along with the prequalification documents. Tenders shall be issued only to those agencies that are found eligible after scrutiny of their applications. The cost of tender documents can be remitted in the form of Cash or Demand Draft favoring CIAL payable at Ernakulam. CIAL reserves the right to change the qualifying criteria at their discretion and to accept or reject any or all tenders without assigning any reason thereof. The tenders not accompanied by EMD shall be summarily rejected. MANAGING DIRECTOR 3

SCHEDULE A Annexure I STRUCTURE AND ORGANISATION 1. Name of bidder Head Office Address Telephone No. Fax No. Email: Regional Office Address Telephone No. Fax No. Email: 2. Main lines of Business (a) Domestic (b) International : 1. Since 2. Since : 1. Since 2. Since 3. Place and year of incorporation (attach copy of certificate of incorporation) Note: (1) Bidder may be a proprietary firm, partnership, limited company or corporation (2) Particulars should be furnished separately for each partner/constituent (3) Attach the organization chart showing the structure of the Organization (4) Attach written power of Attorney to the signatory of the Bid Signature of the bidder 4

SCHEDULE B Annexure II FINANCIAL CAPABILITY 1. Name of Applicant 2. Summary of assets and liabilities on the basis of the audited financial statement of the last 3 financial years including provisional figures for the year ended 31.03.2014. Please attach published annual report and audited accounts of the bidder. (Rs. Millions) Sl. No. i. Authorized capital ii. iii. iv. Capital issued and paid up Total assets Current asset v. Cash, investments and current receivables vi. vii. viii. ix. Total liabilities Current liabilities Net Worth (iii)-(vi) Working capital (iv)-(vii) x. Annual Turnover xi. xii. xiii. Gross Profit Net profit before tax Profit after tax Year 2009-10 Year 2010-11 Year 2011-12 3. Current working capital arrangements: (a) Own resources (b) Cash, credit limit, etc. from the bankers 4. Current annual cash requirements for the ongoing projects 5. Proposed arrangement of funds for the Project, in case awarded (a) Own resources (b) Cash, credit limit, etc. from the bankers 6. Details of investments having maturity less than 1 year as on 31.3.2014. 7. Name and address of bankers Year 2012-13 Year 2013-14 Signature of the bidder 5

Annexure III SCHEDULE C EXPERIENCE Name of the Contractor 1. List of Similar works executed (with value in Indian Rupees) during the last seven years as Prime Contractor. Sl no Name of Employer Project Name Location and nature of work Total project cost at award Value of contract executed by the applicant Role (whether single, as associate or as sub-contracting agency) Date of contract Project start date (execution) Actual completion date (execution) Reasons for delay in completion if any 1 2 3 4 5 6 7 8 9 10 11 Signature of the Bidder 6

2. List of similar ongoing works (with value in Indian Rupees) as Prime Contractor. Sl no Name of Employer Project Name/ Location and nature of work Total project cost at award Up to date value of contract executed by the applicant Role* (whether single, as associate or as sub-contracting agency) Cost of balance work Date of comme ncemen t as per contrac t Stipulate d date of completi on Name Address, contact no of officer to whom referenc e may be made Slow progress if any and reasons there off 1 2 3 4 5 6 7 8 9 10 11 12 Remark s * Indicate reasons for slow progress whether it was due to financial problems, labor problems, delay in issuance of drawings, change of drawings / details, material/ equipment procurement problems, increase in quantities or any other reasons to be stated. Signature of the bidder 7

SCHEDULE D ANNEXURE IV ARBITRATION/LITIGATION HISTORY (Each bidder should provide information on history of litigation or arbitration resulting from contract executed in the last five years or currently under execution. Sheets should be attached wherever necessary). Sl. No. Name of the Contractor Name of Client Year of start of litigation/ Arbitration Disputed amount in Rs. Award `for or against applicant Rs. Actual Awarded Amount in Rs. I do hereby certify that all the information about the history of litigation or arbitration is furnished in full and are true and correct. Signature : Name : Designation : Name of bidder : 8

SCHEDULE E ANNEXURE V PROPOSED ORGANISATION CHART FOR THE MEP PROJECT MANAGEMENT (RESOURCES AVAILABLE/TO BE DEPLOYED) KEY PERSONNEL Sl. No. Name Present position Qualification Total experience Relevant Experience No. of years with the firm Following is the list of CIAL s assessment of minimum key site personnel requirement for the project. 1. Project Manager (MEP) - 1 No. B.E (Electrical/Mechanical) + 20 years of experience (Minimum 5 years of experience in the relevant field) 2. MEP Manager - 1 No. B.E (Electrical/Mechanical) + 15 years of experience (Minimum 5 years of experience in the relevant field) 3. Safety Engineer - 1 No. B.E + 5 years of experience in the relevant field 4. Site Engineers - 4 Nos. BE (Electrical/Mechanical) + 5 years of experience (Minimum 3 years of experience in the relevant field) 5. Supervisors - 12Nos. Diploma in Electrical/Mechanical Engineering with Minimum 3 years experience Signature of the bidder 9

ANNEXURE VI SCHEDULE F PROPOSED SITE ORGANISATION Name of the Bidder F1 PRELIMINARY SITE ORGANISATION CHART F2 NARRATIVE DESCRIPTION OF SITE ORGANISATION CHART F3 DESCRIPTION OF RELATIONSHIP BETWEEN HEAD OFFICE AND SITE MANAGEMENT * F4 SITE LAYOUT * Indicate clearly what responsibility and authority have been delegated to site management. 10

Annexure VII SCHEDULE-G AFFIDAVIT (To be given on a non-judicial stamp paper) 1. I, the undersigned do hereby certify that all the statements made in the attachments are true and correct. 2. The undersigned hereby authorizes and requests any Bank, person, Firm or Corporation to furnish pertinent information deemed necessary and requested by CIAL. 3. The undersigned understands and agrees that further qualifying information may be requested, and agrees to furnish any such information at the request of CIAL. 4. The undersigned also hereby certifies that neither our firms/companies have abandoned any work in India nor any contract awarded to us for such work has been rescinded in the past five years. 5. The undersigned also hereby authorizes CIAL and their authorized representative to conduct any enquiries or investigation to verify the statements, documents and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical capability. This will also serve as authorization to CIAL representative to contact in person or otherwise, any individual or authorised representative of any institution referred to in the supporting information and obtain such information as may be required by him to verify statements and information provided in this application, or with regard to the resources, experience and competence of the Applicant. 6. The undersigned understands that furnishing of false information could result in disqualification. (Signed by an Authorized Signatory of the bidder) Name of bidder -------------------------- -------------------------- Title of Officer -------------------------- -------------------------- Date Encl: Requisite power of attorney 11