0-Full Set Document - SZB Master Plan

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 125

MALAYSIA AIRPORTS SDN BHD

REQUEST FOR PROPOSAL

FOR

APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF


AIRPORT MASTER PLAN, FUNCTIONAL LAYOUT PLAN,
WORKABLE CONCEPT PLAN AND DETAIL DESIGN WORK
PACKAGES

FOR

SULTAN ABDUL AZIZ SHAH AIRPORT, SUBANG,


MALAYSIA

RFP NO: MAHB-MASB/RFP/18/2018

EMPLOYER

MALAYSIA AIRPORTS SDN BHD


MALAYSIA AIRPORTS CORPORATE OFFICE
PERSIARAN KORPORAT KLIA
64000 KLIA, SEPANG
SELANGOR DARUL EHSAN

TEL : 03- 8777 7000


FAX : 03- 8777 7778

NOVEMBER 2018
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN, FUNCTIONAL
LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL DESIGN WORK PACKAGES FOR
SULTAN ABDUL AZIZ SHAH AIRPORT, SUBANG, MALAYSIA

TABLE OF CONTENT

ITEM DESCRIPTION PAGES

RFP SUBMISSION CHECKLIST

SECTION A MANDATORY

SECTION A1 INSTRUCTIONS TO BIDDERS ITB/1 – ITB/12

SECTION A2 MANDATORY PROPOSAL FORM MPF/1 – MPF/4

MEMORANDUM OF AGREEMENT
SECTION A3
(to be provided by the Bidder)

SECTION A4 BIDDER’S PROFORMA & DOCUMENTARY SUBMISSION BPF/1 – BPF/10

SECTION A5 DECLARATION ON RELATED PARTY TRANSACTION RPT/1 of 2 – RPT/2 of 2

DECLARATION OF MALAYSIA AIRPORTS VENDOR CODE


SECTION A6 1–6
OF ETHICS

SECTION A7 DECLARATION OF NON-COLLUSION 1

SECTION A8 DECLARATION OF CONFLICT OF INTEREST 1

SECTION B TECHNICAL

SECTION B1 TERMS OF REFERENCE 1 – 55

SECTION C COMMERCIAL

SECTION C1 SCHEDULE OF FEES SOF/1 of 1

SECTION C2 SCHEDULE OF SERVICES SOS /1 of 1

SECTION C3 SCHEDULE OF REIMBURSABLE ITEMS R/1of 5 – R/5 of 5

SECTION D APPENDICES

APPENDIX 1 : MAHB’S CLAIM AND PAYMENT


1–3
PROCEDURES

APPENDIX 2 : EVALUATION MATRIX Page 1 of 2 – Page 2 of 2


Malaysia Airports Holdings Berhad
Procurement and Contract Division

RFP SUBMISSION CHECKLIST

IMPORTANT:
The Bidder is to note that failure in complying with the requirements, completing, signing and providing the documents stated
hereunder may render the Request For Proposal (RFP) liable for rejection.

Item Description Please tick (√)

1. Attending Mandatory site briefing/site visit on date stated in RFP Notice


2. Compliance with registration requirement with the relevant authorities as stated in the RFP Notice:
(Please tick at least 1 or more)
Companies Commission of Malaysia/Suruhanjaya Syarikat Malaysia (CCM/SSM)

Ministry of Finance (MOF) : ______________, or

Professional Governing Bodies : ____________________ , or

Malaysia Airports Holdings Berhad (MAHB): ___________, and

Others: ……………………………………………………….(Please specify)

3. Completion and signing of Mandatory Proposal Form (Blue Form) (Section A2)

4. Completion of Bidder’s Proforma and to attach all documents required (Section A4)

5. Completion and signing the Declaration on Related Party Transaction (Section A5)

6. Completion and signing the Malaysia Airports Vendor Code of Ethics (Section A6)

7. Completion and signing Declaration of Non-Collusion (Section A7)

8. Completion and signing Declaration of Conflict of Interest (Section A8)

Attachment of Financial Records as specified in (Section A - Instructions to Bidders, paragraph 21.0 (iii))
Latest 3 years Audited Account (the latest audited account should be at least 18 months old
from the date of RFP/Tender/Quotation submission , and
9. Latest 3 months Bank Statements, and

Credit facilities available

Attachment of Technical Submission :


10.
(Section A1 – Instructions to Bidders, paragraph 19.0 & Section B1 – Terms of Reference)

11. Completion and signing Schedule of Fees (Green Form) (Section C1)

12. Completion of Schedule of Services and Schedule of Reimbursable Items (Section C2 & C3)

--------------------------------------------------------------------------------------------end-----------------------------------------------------------------------------------

BIDDER’S SIGNATURE :…………………………..…………………………… WITNESS’ SIGNATURE : …...........................................................

BIDDER’S NAME :………………………..…………………….……..………… WITNESS’ NAME : ……………………………………………………….…………..

DESIGNATION :…………………………………………………………………… DESIGNATION :………………………………………………………….………………

DATE : …………………………………………………………………………………
SECTION A

MANDATORY
SECTION A1

INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS

1.0 INTRODUCTION

These Instructions To Bidders which shall also be construed as Conditions of Bidding shall, in
so far as they may affect the execution of the Contract, form part of the Conditions of
Agreement.

2.0 THE EMPLOYER

Wherever and whenever the term “Employer” appears herein these documents, it shall be held
to mean “Malaysia Airports Sdn. Bhd. of Malaysia Airports Corporate Office, Persiaran
Korporat KLIA, 64000 KLIA, Sepang, Selangor”.

3.0 REGISTRATION WITH MALAYSIA AIRPORTS HOLDING BERHAD

The Successful Bidder is required to register with Malaysia Airports Holdings Berhad.

4.0 RFP CHARGES

On collection of the RFP Documents or accessing RFP vide Electronic Procurement System
(eProcure), the Bidder shall be required to pay a RFP Documentation Charges as stated in RFP
Notice and shall be made payable to MALAYSIA AIRPORTS HOLDINGS BERHAD in the form
as stated in RFP notice which will be retained to off-set RFP documentation expenses. Any
other forms of payment shall not be acceptable.

5.0 VENUE FOR COLLECTION OF RFP DOCUMENTS

RFP Documents are available for collection during the Employer’s normal working hours and
throughout the Tender period as of and until the date as indicated in the Letter of Invitation/RFP
Notice from the office of :

PROCUREMENT & CONTRACT DIVISION


LEVEL 1, BLOCK B,
MALAYSIA AIRPORTS HOLDINGS BERHAD
MALAYSIA AIRPORTS CORPORATE OFFICE,
PERSIARAN KORPORAT KLIA,
64000 KLIA, SEPANG,
SELANGOR DARUL EHSAN

TEL : 03-8777 7000

during their normal working hours throughout the RFP period.

If RFPs are carried out vide MAHB Electronic Procurement System (eProcure), no hardcopy
document will be provided unless otherwise decided by MAHB. The RFP Documents can be
accessed vide https://epro.malaysiaairports.com.my. The Bidder should obtain eProcure’s
username and password prior to accessing the system. However, the complete set of RFP
Table Documents in the form of hardcopy is still made available for reference only.

ITB/1
6.0 ISSUANCE OF RFP DOCUMENTS TO AUTHORISED PERSONNEL ONLY

The Bidder is to note that only authorised personnel of the firm or company bidding is entitled to
collect the RFP Documents. Toward this end any personnel collecting RFP Documents on
behalf of the bidding company shall be required to produce a letter of authority signed by the
company before the RFP Documents can be issued to him.

7.0 CONFIDENTIALITY OF RFP DOCUMENTS

The RFP Documents collected by the Bidder are meant strictly for the purpose of submitting the
RFP and as such all information, details and/or drawings contained therein and comprising the
RFP Documents are to be treated as STRICTLY CLASSIFIED and CONFIDENTIAL and
accordingly, all documents collected by the Bidder must be returned upon submission of
the RFP regardless of whether the Bidder decide to quote or not and to this end, the
Bidder shall be fully responsible and liable for all consequences arising thereof from failure to
comply with this clause.

8.0 SCRUTINY OF RFP TABLE DOCUMENTS

8.1 Upon collection of the RFP Documents or accessing RFP vide Electronic Procurement
System (eProcure), it shall be the sole responsibility of the Bidder to scrutinise such
copies of the documents and to satisfy himself that they are exact copies of those
included in the RFP Table Documents.

8.2 Should any discrepancy be found between any such copy supplied to the Bidder or
softcopy in eProcure, it shall be the sole responsibility of the Bidder to apply to the
officer-in-charge of issuing and receiving the RFP to have such discrepancy rectified
before the final date for the submission of the RFP as stipulated herein. No claims
whatsoever arising from failure to comply with the above clause shall be entertained.

9.0 ENDORSEMENTS IN BLACK INK

The RFP Documents shall be fully endorsed where required and all endorsements are to be in
BLACK INK and shall be legible. Where written errors are made in the endorsements, such
errors are to be neatly struck out and the correction written neatly above the cancellation. All
corrections made by the Bidders are to be initialled by him and any claims arising of
misinterpretation of the Bidder’s endorsements due to illegibility shall in no way be entertained.

10.0 ALL QUERIES OR REQUEST FOR CLARIFICATIONS TO BE IN WRITING

If the Bidder is in doubt as to the true meaning of any part of the RFP Documents, he shall
immediately request in writing to the officer-in-charge of issuing and receiving the RFP
Documents for clarification at least seven (7) days before the final date for the submission of the
RFP. Oral interpretations on the RFP Documents requested by and/or received from any
Bidder shall not be considered as to modify any provisions of the RFP Documents.

Any queries shall be addressed and fax to :-

PROCUREMENT & CONTRACT DIVISION


Level 1, Block B,
Malaysia Airports Holdings Berhad
Malaysia Airports Corporate Office,
Persiaran Korporat KLIA,
64000 KLIA, Sepang
Selangor Darul Ehsan
FAX. NO : 03 – 8777 7829
Attn : Tender Admin

and email to : procurement@malaysiaairports.com.my

ITB/2
Any queries addressed to other parties than the PROCUREMENT & CONTRACT DIVISION
shall be deemed to be invalid.

If RFPs are conducted vide MAHB eProcurement System (eProcure), all queries or requests for
clarification with regards to the RFPs should be channeled through the “Queries and Answers”
facility vide https://epro.malaysiaairports.com.my in the eTender section by scanning and
attaching queries and clarifications letter with company letterhead.

11.0 INTERPRETATION OF RFP DOCUMENTS

It shall be the sole responsibility of the Bidder to scrutinize and carefully examine the RFP
Documents and Drawings received. If there should be or appear to be any inexact of expression
in or discrepancy with RFP Table Documents or with any documents included therein or if in
doubt as to the true meaning of any part of RFP Documents, the Bidder should at once notify
the officer-in-charge of issuing and receiving RFP Documents for clarification before submitting
his RFP. Such clarification will be valid only if made by means of formal addenda as described
below.

12.0 ADDENDUM

All clarification given to the Bidder shall only be considered as valid if they are issued on official
Addendum. Official Addendum shall only be issued upon receipt of queries or requests for
clarification from the Bidder in writing AND/OR if the Employer considers it necessary to issue
the same due to whatsoever reasons it deems fit, and such Addendum issued shall become
part of the Conditions of Contract. Receipt of Addendum must be acknowledged on the
accompanying receipt form and failure to acknowledge such receipt may result in the Bidder’s
RFP Documents being disqualified.

If RFPs are carried out vide MAHB Electronic Procurement System (eProcure), Receipt of
Addendum must be acknowledged by Bidders vide https://epro.malaysiaairports.com.my in
eTender/Addendum section.

13.0 MUTILATED OR DETACHED RFP DOCUMENTS

The RFP Documents are not to be detached, altered or mutilated and any submitted RFP
Documents found to be detached, altered and/or mutilated may be rejected and the RFP
Documents will be disqualified. To this end, it shall be the sole responsibility of the Bidder to
check through his RFP Documents prior to submission of his RFP Documents.

14.0 STATUS OF RFP

The Bidder shall be officially informed of the status of his RFP on or before the expiry or such
officially extended expiry date of the stipulated RFP validity period as the case may be
whichever is the later.

15.0 RFP VALIDITY PERIOD

The Bidder agrees that this RFP is to remain valid and open for consideration for a period of
ONE HUNDRED AND TWENTY (120) DAYS from the final closing date for the submission RFP
stipulated in the RFP Notice and such period may by mutual agreement be extended as and
when necessary. The Bidder shall not withdraw, write to cancel or alter his RFP during the
period. If he so acts with the intention to do any all above named restrictions, he shall forfeit all
his fees and charges to the Employer, in full.

ITB/3
16.0 FAIR AND COMPETITIVE RFP

The Bidder is to submit a fair and competitive RFP and at no time during the duration of the
RFP period must the Bidder solicit or negotiate with any personnel, consultant and/or any other
Bidder who is involved in this RFP exercise. Failure to comply with this clause may render the
Bidder’s RFP liable to be disqualified.

17.0 SUBMISSION OF RFP

(a) RFP and documents in connection therewith must be delivered to the place as specified
on or before the time and date stipulated in RFP notice/Letter of Invitation or any
extended period permitted thereof. In the case of a RFP Documents not being
delivered by hand, the Bidder must arrange for his RFP and other documents to be
posted or delivered on time to reach the specified place not later than the stipulated
time and date. Any RFP Documents delivered after the stipulated time and date from
whatever cause arising shall be disqualified. Proof of posting shall not be accepted as
evidence for the submission of the RFP Documents.

(b) Bidder must submit, enclosed and properly sealed in an envelope addressed to and
posted or delivered by hand to the place on or before the closing date, time and venue,
all as stipulated in the RFP Notice or any extended period permitted thereto.

(c) The Bidder must complete (RFP Sum (if any), Addendum details if any, Date, Signatory
details, Company Stamp etc.) and sign the Mandatory Proposal Form. A RFP with
incomplete or unsigned Mandatory Proposal Form may be unconditionally
disqualified.

(d) The Bidder must submit a duly filled RFP Submission Checklist which was attached
together with the RFP Document. The Bidder is to note that failure in complying with
the requirements, completing, signing and providing the documents stated in the RFP
Submission Checklist may render the Bidder’s RFP being disqualified.

(e) The Bidder shall not reproduce the RFP Forms (Mandatory Proposal Form,
Schedules of Fees, Schedule of Services, Schedules of Reimbursable Items,
Declaration Forms etc unless otherwise stated) in print electronic or any other
format. The Bidder shall fill out the said forms in his own handwriting. The Bidder
may attach separate sheets amplifying his RFP computation if required.

(g) The method of RFP submission will be as follow:

No. Method of Submission Related Documents


i. Mandatory Proposal Form (attached in
Section A2 of RFP Document)
Electronic Submission
ii. Attached the required Authority registrations
(eTender-eProcure)
i.e. Ministry of Finance (MOF), Professional
Note: There is a maximum
1 Governing Bodies, etc as specified in the
10MB for each
RFP Notice
document/attachment sent
in the eTender (eProcure)
iii. To complete eProcure’s Schedule of
Services column (price entered shall similar
to Schedule of Fees’ Value)

The mandatory hardcopy submission of


2 Hardcopies Submission
documents is as per original RFP document.

ITB/4
18.0 EXECUTION OF RFP

RFP must be signed, sealed, or otherwise executed in such manner that it shall be binding on
the Bidders if accepted. RFPs not properly executed may be rejected. The signatory to the
RFP Documents shall be the Bidder or the duly authorized representative of the Company.
Where applicable, Powers of Attorney or Certified copies thereof granting authority to sign shall
be enclosed with each RFP.

19.0 SUPPORTING DOCUMENTS

Upon submission of the RFP, the RFP Document should be accompanied with the following
supporting documents:-

(a) Technical Proposal


1. Consultant Details
2. Project Appreciation
3. Method Statements
4. Master Implementation Plan
5. Organisation Chart, Roles & Responsibility

(b) A copy of the latest letter of confirmation of the Bidder's official registration with
Companies Commission of Malaysia/Suruhanjaya Syarikat Malaysia (CCM/SSM)
and/or Ministry of Finance (MOF) and/or Consultants Professional Governing Bodies
and/or any other mandatory registration as stated in the RFP Notice and Malaysia
Airports Holdings Berhad (MAHB) (if any).

NB :- Where the Bidder's required registration with CCM/SSM and/or MOF and/or
Consultants Professional Governing Bodies and/or any other mandatory
registration and MAHB (if any) is about to expire or will be expiring during the
RFP period and/or RFP evaluation period, it shall be the responsibility of the
Bidder to secure a letter of confirmation from CCM/SSM and/or MOF and/or
Consultants Professional Governing Bodies and/or any other mandatory
registration and MAHB that the Bidder's registration with CCM/SSM and/or
MOF and/or Consultants Professional Governing Bodies and/or any other
mandatory registration and MAHB will be or is in the process of being renewed,
failing which the Bidder's RFP may be disqualified regardless of the result
and/or status of his RFP.

( c) A copy of the declaration confirming the number of authorised signatories as required


by the articles of memorandum lodged with the Registrar of Companies in order to
validate the Contract.

(d) Submit together with RFP, all information required giving details of technical (bidder’s
company profile, copy Letter of Award (LOA) for similar nature of services, work
programme in appropriate Project Management Tools i.e. Microsoft Project,
Quality Assurance & Quality Control Plan etc.) and experience details together
with all relevant supporting documents.

Failure to comply with the requirement may subject the Bidder’s RFP being
critically DISADVANTAGED during the evaluation process.

(e) Bidder must submit the following information and documents required and to furnish
certified true copies of the relevant supporting documents to support the Bidder’s
proposal.

SECTION A MANDATORY

- RFP Submission Checklist

Section A2 Mandatory Proposal Form

ITB/5
Section A3 Memorandum of Agreement

Section A4 Bidder’s Proforma & Documentary Submission

Section A5 Declaration on Related Party Transaction

Section A6 Declaration of Malaysia Airports Vendor Code of Ethics

Section A7 Declaration of Non-Collusion

Section A8 Declaration of Conflict of Interest


Other general information i.e. valid company registration with
Suruhanjaya Syarikat Malaysia, MOF / official & valid registration
- /documentation on Company incorporation from its country of
origin and other relevant authorities (if any) to support
mandatory submission.
SECTION B TECHNICAL
Terms of Reference
Section B1
Form 1 – Form 4, Appendices to Terms of Reference
SECTION C COMMERCIAL
Schedule of Fees
(Fees Proposal or proposed consultancy services based on
Section C1 lump sum fee as per item 1.0 of the Schedule of Fees. The
bidder shall submit the details breakdown of the fees as part of
the RFP submission)
Section C2 Schedule of Services

Section C3 Schedule of Reimbursable Items

Important Note:

The Employer reserves the right to request for further information/documentation from
any Bidder(s) it deems necessary at any time during the bidding process without
incurring any liability of whatsoever nature to the affected Bidder(s) or any obligation to
inform the affected Bidder(s) of the grounds for such request.

20.0 EXPENSES INCURRED IN RFP EXERCISE

The Bidder is to note that the Employer and/or Consultant to this RFP/Contract shall not be held
responsible for any expenses and/or loss incurred by the Bidder in the preparation and
submission of this RFP and that any claims whatsoever arising thereof shall not be entertained.

21.0 SERVICE OF NOTICE

Every notice to be given to a Bidder shall be posted or delivered to the Bidder’s address given
in the Form of RFP and such postings or deliveries shall be deemed to be good service of such
notices.

22.0 TIME AND VENUE FOR THE SUBMISSION OF RFP

The completed RFP Documents must be delivered to the address below in hardcopy format.

The hardcopies of RFP submission together with all supporting and accompanying documents,
drawings and letters must be submitted in a sealed cover (bearing no identification of the
Bidder) and endorsed as follows:-

ITB/6
CONFIDENTIAL

REQUEST FOR PROPOSAL (RFP)


“APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN,
FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL DESIGN WORK

PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT, SUBANG, MALAYSIA”

and addressed to :-

PROCUREMENT & CONTRACT DIVISION


LEVEL 1, BLOCK B,
MALAYSIA AIRPORTS HOLDINGS BERHAD
MALAYSIA AIRPORTS CORPORATE OFFICE,
PERSIARAN KORPORAT KLIA,
64000 KLIA, SEPANG,
SELANGOR DARUL EHSAN

TEL : 03-8777 7000


Attn : Tender Secretariat

and to be deposited into the RFP Box at the above address not later than 12.00 HOURS (12.00
Noon) on the date as indicated in the RFP Notice.

Details as stated in Clause 19.0(d) of the Instruction to Bidders, the required documents must
be submitted vide MAHB eProcurement System. The Bidder is to note that there is a maximum
of 10MB for each document/attachment sent in the eTender (eProcure).

23.0 FAIR AND COMPETITIVE RFP

The Bidder is to submit a fair and competitive RFP and at no time during the duration of the
RFP period must the Bidder solicit or negotiate with any personnel, consultant and/or any other
Bidder who is involved in this RFP exercise. Failure to comply with this clause may render the
Bidder’s RFP liable to be disqualified.

24.0 ACCEPTANCE OF RFP

The Employer shall not, for whatever reasons, be bound in any way, to accept or reject the
lowest, equal, highest or any RFP received; and the Employer also reserves the right to annul
the RFP process at any time without assigning any reason, and further without thereby incurring
any liability of whatsoever nature to the affected Bidder(s) or any obligation to inform the
affected Bidder(s) of the grounds for such decision.

The successful Bidder (if any) shall be notified of his RFP by a letter (referred to as “Letter of
Award of RFP”) within the RFP Validity Period or any extended period thereof. The successful
Bidder shall within twenty one (21) days from the Date Letter of Award but before the
commencement of the services submit to the Employer the following, failing which the Employer
may terminate the contract:-

i) Registration number under Employee’s Social Security (SOCSO) Scheme and/or


Insurance Policy for Workmen’s Compensation of cover notes together with receipts of
premium paid in respect thereof for an insured value of Builder’s Work (being estimated
total earnings of Contractor’s Workmen not covered under SOCSO scheme).

ii) Copy of Professional Indemnity Insurance with a limit of indemnity of not less than
the Contract sum or RM 10,000,000.00 for one occurrence.

*All the insurance policies referred shall be obtained through the insurance broker
appointed by the Employer (Willis (Malaysia) Sdn Bhd at telephone no. 03-2170 9888) and
effected with an insurance company approved by the Employer.

ITB/7
25.0 COMMENCEMENT OF SERVICES

The Employer is entitled to postpone the Commencement of Services not exceeding three (3)
months after the Date for Commencement of Service for the Consultant. The Consultant is
required to ascertain the period of postponement from the Employer and shall allow in his RFP
for all costs and expenses arising from the postponement.

26.0 EXECUTION OF THE FORMAL MEMORANDUM OF AGREEMENT

Within reasonable period of time from posting or delivery, if by hand, of the notification of
acceptance of this RFP, the Bidder shall execute the formal Memorandum of Agreement with
the Employer. The period for executing the formal Memorandum of Agreement of which may,
however, be extended if the Employer is satisfied that adequate reasons exist for so doing.

27.0 FORM OF CONTRACT

It should be noted that the whole of the works/services as set forth in the RFP Documents shall
be let based on Memorandum of Agreement which must vetted and approved by MAHB’s Legal
Unit, subject nevertheless to any further conditions and/or amendments that may be
incorporated therein the RFP Documents.

28.0 AIRSIDE SECURITY AND REGULATIONS

28.1 The Bidder must ascertain and comply with all regulations and requirements of the
Airport Authorities. The Bidder shall be responsible for full security of the Services and
the equipment notwithstanding the provision of normal security of the Airport Authority.

28.2 The Bidder shall indemnify the Employer against any claims arising out of the Bidder’s
failure to comply with the Airport Security or Airport Authority’s Regulations and
Requirements.

29.0 THE SUPERINTENDING OFFICER (S.O.)

The Superintending Officer (S.O.) for this Contract shall be the General Manager of Malaysia
Airports Sdn Bhd.

30.0 CONTRACT PERIOD

The Bidder is to note that this RFP is to be contracted out for a Contract Period commencing
from the date commencement of the services as specified in the Terms of Reference.

31.0 CONSEQUENCES OF DELAY (IF ANY)

If the Consultant fails to deliver any Deliverables by the due date(s) agreed by both parties
without reasonable cause, the Consultant will be penalized for the delay as specified in the
Terms of Reference.

ITB/8
32.0 COPYRIGHT

Copyright in all reports/documents, plans, design drawings and works prepared by the
Consultant pursuant to this RFP shall be the property of the Employer and the Employer may
use them in any manner the Employer wishes.

33.0 CONSULTANT TO BE FULLY INFORMED

It is emphasized that it shall be the responsibility of the Consultant to be fully informed of the
proposal requirements and shall familiarize himself as to the form and nature of the Works and
the Services necessary for the completion of the Works and in general shall himself obtain all
necessary information as to the risks, contingencies and other circumstances which may affect
his submission.

34.0 WITHDRAWAL OF PARTICIPATION

The Employer has the discretion to withdraw any participation of Consultants from this RFP
exercise should the Consultants have been identified not performing or blacklisted by Ministry of
Finance (MOF).

35.0 PERMIT AND LICENSES

The Bidder shall be responsible to obtain all necessary permits and licenses, required from the
relevant authorities in connection with carrying out of the services/works and pay all fees and
charges in connection therewith.

36.0 NEGOTIATION

After the submission of the RFP, the Employer may call the Bidder for negotiation. Negotiation
may be conducted by conventional method.

37.0 STAMP DUTY

The proper stamp duty shall be borne by the successful Bidder.

38.0 ANTI-CORRUPTION

38.1 OFFERING GRATUITIES

i) The Bidder shall not, and shall procure that his employees, agents and sub-
contractors shall not give, promises or offers; or solicit or receives or agree to
receive any gratifications or an advantage as defined in the Akta Suruhanjaya
Pencegahan Rasuah 2009 (Act 694) in connection with the bidding and
execution of this contract.

ii) If it is found that the Bidder and/or employees, agents and sub-contractors
gives, promises or offers; or solicit or receives or agree to receive any
gratifications or an advantage referred to in (1) above, shall result in his RFP
being invalidated and if contract had been formed such contract may be
terminated at the sole discretion of the Employer.

ITB/9
38.2 CONFIDENTIALITY AND ANTI-COLLUSION

(a) Handling of Confidential Information


The Bidder shall not use or divulge, except for the purpose of this RFP, any
information provided by the Employer in the RFP or in any subsequent
correspondence or documentation, or any information (e.g. owners’ and
residents’ data) obtained when conducting business under this RFP. Any
disclosure to any person or agent or sub-contractor for the purpose of the RFP
shall be in strict confidence and shall be on a “need to know” basis and extend
only so far as may be necessary for the purpose of this RFP. The Bidder shall
take all necessary measures (by way of internal guidelines or contractual
provisions where appropriate) to ensure that information is not divulged for
purposes other than that of this RFP by such person, agent or sub-contractor.

(b) Anti-Collusion
The Bidder shall not communicate to any person including the Employer the
amount of any RFP, adjust the amount of any RFP by arrangement with any
other person, make any arrangement with any other person about whether or not
he or that other person should or should not RFP, or otherwise collude with any
other person in any manner whatsoever in the bidding process until the Bidder is
notified by the Employer of the outcome of the RFP exercise.

(c) Declaration on related Companies among the Bidders


Interested Bidders who are ‘Related Corporation’* and intend to participate in the
same RFP, are required to make a written declaration to the Employer together
with the RFP submission, failing which, the RFP submissions by the said Bidders
shall be liable for unconditional disqualification.

* ‘Related Corporation’ as defined in the Companies Act 2016

(d) Bidder Indemnification and Effect of Breach


The Bidder shall indemnify and keep indemnify the Employer against all loss,
liabilities, damages, costs, legal costs, professional and other expenses of any
nature whatsoever Employer may suffer, sustain or incur, whether direct or
consequential, arising out of or in connection with any breach of the aforesaid
non-disclosure provision by the Bidder or his directors, employees, agents or
sub-contractors. Any breach of or non-compliance with this sub-clause by the
Bidder shall invalidate his RFP and if contract had been formed such contract
may be terminated.

Sub-clause (a) & (b) of this Clause shall have no application to the Bidder’s
communications in strict confidence with his own insurers or brokers to obtain an
insurance quotation for computation of RFP price and communications in strict
confidence with his consultants / sub-contractors to solicit their assistance in
preparation of RFP submission.

39.0 SAFETY, HEALTH AND ENVIRONMENTAL REQUIREMENT

40.1 The Bidder shall at all times observe and comply with all prevailing laws and
regulations relating to safety now and thereafter in force and shall bear all costs
connected with the compliance of the requirement such as but not limited to
Occupational Safety and Health Act, 1994; Factory and Machinery Act, 1967;
Environmental Quality Act, 1974; Malaysia Civil Avidetion Regulation, 1996;
International Civil Avidetion Organisation standards, Annex 14 and 16.

40.2 The Bidder shall ensure fully compliance with all Safety, Health and Environment
(SHE) policies as follows:
➢ Safety, Health and Environment Policy
➢ Environmental Protection Policy
➢ Stop-Work Policy

ITB/10
➢ Policy on Prevention and Eradication of Drug and Alcohol Abuse in the
Workplace
➢ No Smoking Policy

40.3 The Bidder shall at all time practice and comply with the SHE requirement. The
complete set of SHE guidelines (HQ/GDL/SHE/01) shall be handed over to the Bidder
upon the award of the contract.

40.4 The Bidder shall be responsible to take all safety precaution to eliminate danger to his
workmen, Malaysia Airports staff, the public and property of others.

40.5 The Bidder shall provide and ensure all workmen wear approved personal protective
equipment (PPE) while carrying out high risk activities.

40.6 All incident and accident occurring on site shall be reported immediately to person in
charge or officer on duty.

40.7 The Bidder shall not to discharge in to any sewers, drains, pipes, channels and other
conducting media any oil, grease and noxious effluent or substance which may cause
to environmental pollution.
40.8 The Bidder shall ensure that good housekeeping is maintained continuously throughout
the duration of the work. Access and egress of all exits, fire and safety equipment, and
work areas must be kept clear of obstruction at all times.

40.0 APPLICABLE TAXES

The Fees/payment/amount and any other charges payables under this Agreement are
inclusive of sales, excise, value added tax or other applicable taxes, tariffs, duties or any
payment at the prevailing rates that may be imposed by the Government or any relevant
authority from time to time (“the Taxes”). Where the Fees/Payment/Amount are subject to
Service Tax or Sales tax, the Employer shall be entitled to receive from the
Contractor/Consultant, invoice containing the prescribed particulars in respect of the
sale/services in accordance with the Law.

41.0 RELATED PARTY TRANSACTION (RPT)

a) All interested Bidder shall be required to declare all potential, direct or indirect conflict of
interest and/or related parties associated with the Employer at all times. Submission of
the RFP shall be made together with a duly signed declaration form on RPT.

b) In the event there is a potential conflict of interest after the contract has been awarded,
the successful Bidder is under obligation to declare the same immediately to the
Employer. The declaration made by successful Bidder shall be enforceable and the
Employer shall be entitled to terminate and/or withdraw any contract or award granted to
successful Bidder for any false declaration and/or improper disclosure discovered by the
Employer.

c) Bidder is required to complete and execute the said RPT form provided in Section
A5 and the RPT form should not be left blank. Failing to complete and sign the
RPT form may resulting to unconditionally disqualification of the Bidder from this
RFP.

42.0 BUMIPUTERA STATUS

For Private or Wholly Owned Company


• According to the Malaysia Companies Act, 1965 A Bumiputera company is defined and
shall meet all of the following :
• Majority or at least 51% of the shares owned by Bumiputera
• Majority or at least 51% of the Board of Directors are Bumiputera

ITB/11
• Majority or at least 51% of the Managements are Bumiputera
• Majority or at least 51% of the employees are Bumiputera
• Authority to sign company’s cheque is Bumiputera

For Public Listed Company


• In accordance with “Pekeliling Perbendaharaan Bil. 3 Tahun 2007, Kementerian
Kewangan”.
• Foreign Investment Committee (FIC) or Ministry of International Trade & Industry (MITI)
(whichever related) will issue Confirmation Letter to company that applied for the
Bumiputera Status and copy of the letter to be issued to the respective organization such
as Ministry of Finance (MOF) and/or Bahagian Pembangunan Kontraktor Dan Usahawan
[formerly known as Pusat Khidmat Kontraktor (PKK)], for them to include the status in their
certificate.

Over and above the definitions reiterated above, as a matter of consistency and ease of
administration MAHB will recognise the Bumiputera Status Certificate issued by MOF as the
true status of the registered vendor.

43.0 MONTHLY PROGRESS/SCHEDULE PAYMENT

The successful Bidder is to note that the first progress payment will not be made until the
Professional Indemnity Insurance are deposited with the Employer. The successful Bidder is
advised to familiarize himself with MAHB’s Claim And Payment Procedures as incorporated
herewith in the RFP Document (Please refer Section D, APPENDIX 1 - MAHB’s Claim And
Payment Procedures).

44.0 EARLY PAYMENT DISCOUNT

The Bidder may propose to give discount to the Employer on each invoice sum if the Employer
makes payment within 35 days from the date of each invoice received by Finance Division of
MAHB by completing the declaration on Early Payment Discount provided in the Mandatory
Proposal Form. The discount rate shall be at the rate as set out in the Mandatory Proposal
Form.

45.0 DECLARATION OF CONFLICT OF INTEREST

a) All interested Tenderer/Bidder must complete and sign the Declaration of Conflict of
Interest and thereafter submit it as part of the Tender/Quotation/RFP Documents.

b) The Tenderer/Bidder must fully disclose any conflict of interest or potential conflict of
interest involving this Tender/Quotation/RFP Documents. If there are any changes to the
content of this Declaration after submission, the Tenderer/Bidder must declare as soon as
the conflict or potential conflict becomes apparent.

c) The Employer reserves its rights to determine the appropriate course of action (i) with
regard to any actual conflict or potential conflicts of interest; or (ii) if this Declaration is
found to be false, whether or not it causes damage to the Company. The decision of the
Employer in respect the Tender/Quotation/RFP and/or Award will be final and binding.

d) Tenderer/Bidder is required to complete and execute the said Declaration form


provided in Section A8 and the Declaration form should not be left blank.

*********************************************************END*******************************************************

ITB/12
SECTION A2

MANDATORY PROPOSAL FORM

NOTES :-

THIS MANDATORY PROPOSAL FORM MUST BE FILLED UP AND SIGNED BY BIDDERS.


FAILURE TO DO SO WILL RESULT IN REJECTION OF THE RFP BY MALAYSIA AIRPORTS
SDN BHD.
MANDATORY PROPOSAL FORM

APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN,


FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL DESIGN WORK
PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT, SUBANG, MALAYSIA

To,

The General Manager


Malaysia Airports Sdn. Bhd.
Malaysia Airports Corporate Office
Persiaran Korporat KLIA
64000 KLIA, Sepang
Selangor Darul Ehsan

Dear Sir,

Having examined the Terms of Reference and Instructions to Bidders, We, the undersigned, offer
for the Consultancy Services the Appointment of Consultant for Development of Airport
Master Plan, Functional Layout Plan, Workable Concept Plan and Detail Design Work
Packages for Sultan Abdul Aziz Shah Airport, Subang, Malaysia (hereinafter referred to as
‘the Services’) as per the following:-

Schedule of Fees Page: SOF/1 of 1

Schedule of Services Page: SOS/1 of 1

Schedule of Reimbursable Items Page: R/1 of 5 – R/5 of 5

2. If our offer is accepted, we shall submit to the Employer a copy of Professional


Indemnity Policy.

3. Upon acceptance by the Undersigned and subject to the Early Payment Discount Section
of this Mandatory Form of Proposal, a discount may be given to the Employer by the
Undersigned on each invoice sum if the Employer makes payment within 35 days from the
date of each invoice received by Finance Division of MAHB at the rate stated in the Early
Payment Discount section of this Mandatory Form of Proposal.

4. Unless and until the Agreement is prepared and executed, this RFP, together with your
written acceptance thereof, shall constitute a binding contract between the Employer and
Bidder.

5. The Bidder agrees that this RFP is to remain valid and open for consideration for a period
of One Hundred and Twenty (120) days from the final closing date for submission of RFP
as stated in the invitation letter and such period may by mutual agreement be extended as
and when necessary. The Bidder shall not withdraw, write to cancel or alter his RFP
during this period. If he so acts with the intention to do any or all abovenamed restrictions,
he shall forfeit all his fees and charges to the Employer in full.

MPF/1
6. We acknowledge receipt of the following addenda to the RFP Documents :-

ADDENDUM NO. DATE

……………………………………. ……………………………

……………………………………. ……………………………

7. We understand that you are not bound to accept the lowest or any proposal you may
receive.

8. The undersigned confirms after a personal scrutiny, that the documents used by the
undersigned in compiling this proposal are true copies of the documents.

9. The Undersigned agrees that: -

i. If this RFP is withdrawn before the expiry of the RFP Validity Period or any extended
period thereof, or;

ii. If the undersigned imposes any additional terms, conditions or stipulations to the RFP
after the final date and fixed for the submission of biddings, or;

iii. In the event that the RFP having been accepted, the undersigned refuses and fails,
without good reason, to proceed to execute the formal Contract Agreement or to
deposit the Performance Bond and insurances as required by the Conditions of
Contract or fails to proceed with the works/services;

then, in any of such event, without prejudice to any other rights it may possess, the
Employer/Malaysia Airports Holdings Berhad (MAHB) reserves the rights to take disciplinary
action against the undersigned or to cancel the registration of the Undersigned or any other
actions it deems fit.

-The remaining space on this page has been left blank intentionally-

MPF/2
Date this ......................…………... day of ..……………………………........................... 201…...

..........................................................................................
Signature of Bidder

.....………………………………………………………………..
Name in Full

…………………………………………………………….....…
In the capacity of

Duly authorised to sign this RFP for and on behalf


of

..........................................................................................
The Bidder’s Seal or Stamp

…………………....…………………………………………....
Signature of Witness

.…………………………..…………………………………....
Name in Full

……………………………………………………......………
Occupation

…………………………………………………………....…..

…………………………………………………………….....

…………………………………………………………….....
Address

MPF/3
EARLY PAYMENT DISCOUNT*
[*to tick (√) either one of the boxes below. In the event this page was left blank, the Early Payment
Discount at the rate of 1.5% per invoice shall be deemed to be accepted by the Undersigned and to be
automatically imposed by the Employer without further notice.]

The Undersigned AGREE to give discount on each invoice sum if the Employer makes
payment within 35 days from the date of each invoice received by Finance Division of MAHB
at the rate stated herein below:-

Tick (√) any one Discount per invoice


of the boxes by the Contractor (%)

(i) 1.5

OR

(ii) [Note :
………………………….. The Undersigned to propose a
discount portion if it opts for (ii) but
the proposed discount MUST be
more than 1.5% of each invoice
sum]

The Undersigned DISAGREE to give Early Payment Discount to the Employer.

................................................……………….………
Signature of Bidder

Name in full ……………………………...…..…….

In the capacity of ………………………..…..........


Duly authorised to sign this RFP for and on
behalf of:

..............................................…………….....
Bidder's seal or stamp

Witness ………………………………….…….

Name in full …………………….……...……..

Occupation ……………………….…..……...

Address ………………………….……..…….

………………………………….……………...

…………………………..…………………

MPF/4
SECTION A3

MEMORANDUM OF AGREEMENT
(to be provided by Bidder)
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN,
FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL DESIGN
WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT, SUBANG, MALAYSIA

MEMORANDUM OF AGREEMENT
(To be provided by Bidder)
SECTION A4

BIDDER’S PROFORMA AND


DOCUMENTARY SUBMISSION
MALAYSIA AIRPORTS
___________________________________________________________________________________________

BIDDER’S PROFORMA & DOCUMENTARY SUBMISSION

1.0 GENERAL

1.1 Name of Firm/Company: ……………………………….............................................................................................

ROC/SSM Registration No. : .………………………………………………………………………………………………

Address: ………………………………………...........................................................................................................

………………………………......................................................................................................................................

……………………………….....................................................................................................................................

Tel. No.: ……………………………….……......................... Fax No. : ………………………………………………..

Website Address: …………………………………………… e-mail Address: …………………………………………

Commencement Date: ……….…………………………

1.2 Name & Address of Parent /Subsidiaries Company

a) Parent Company

Address :…………..…..........................................................................................................................

…..…………….....................................................................................................................................

Tel. No.: .................................................................. Fax No. : …..…………………………………….

Commencement Date:…………………………

b) Subsidiaries Company

Address :…………..…..........................................................................................................................

…..…………….....................................................................................................................................

Tel. No.: .................................................................. Fax No. : …………………………………………

Commencement Date: ………………………….

(**Attach additional paper if necessary)

BPF/1
1.3 Company Secretary

1) Name of Firm/Company
(If applicable)

2) Appointed Secretary 1 Registration No.:

3) Appointed Secretary 2
Registration No.:
(if any)

1.4* Shareholding

Bumiputera : %

Non-Bumiputera : %
_____________
%
============

No. Name of Shareholders/Directors Bumi/ % Share Held


Non-Bumi

1.5 Registration with Professional Governing Bodies, Ministry of Finance (MoF) & Malaysia Airports Holdings Berhad
(MAHB)

Class of Registration Head Sub-Head

Please enclose valid Registration Certificates issued by Professional Governing Bodies, MoF & MAHB (Which
Applicable)
BPF/2
1.6 Name of Co.’s Bank/Branch: …………………….......................................................................………….

Address: …………………….......................................................................................................................

……………………......................................................................................................................................

……………………........................................................................................................................................

Tel. No.: ………………………...............................................................................................................…….

NOTE :Item 1.4 for Sdn Bhd & Berhad Company Only

(Please enclose the above said Company Profile –Latest Information of Company Structure Organization,
Experience etc)

BPF/3
2.0 PREVIOUS PROJECTS COMPLETED

The Tenderer is to fill in below the particulars of his experience on previous projects of similar nature executed and completed by him for the past five (5) years.

Name & Location of Project Contract Sum CONTRACT PERIOD


Name, Address & Tel. No. of the
Commencement Original Actual Completion Employer
Date Completion Date Date
CPC

(Attach additional paper if necessary)

BPF/4
3.0 CURRENT PROJECTS UNDERTAKEN

The Tenderer is to fill in below the particulars of all projects currently undertaken by him.

Name & Location of Project Contract Sum CONTRACT PERIOD


Name, Address & Tel. No. of the
Employer
Commencement Completion Date Percentage of Work’s
Date Progress To Date

(Attach additional paper if necessary)

BPF/5
4.0 PROJECTS TENDERED TO-DATE BUT YET TO BE AWARDED

Description of Project/Works Total Amount Closing Date End of Project Validity Name, Address & Tel. No. of the Employer
Period

(Attach additional paper if necessary)

BPF/6
5.0 KEY PERSONNEL

5.1 MAIN OFFICE

Category Name of Personnel Age Experience Qualification Position Relevant Experience


(Years) Held

General

Administration
Personnel & Financial
Affairs

Technical and Contract


Administraion

Others

Personnel in Main Office: Bumiputera %


Non-Bumiputera %
TOTAL 100 %
======

BPF/7
5.0 KEY PERSONNEL (CONT’D)

5.2 SITE (PROPOSED KEY PERSONNEL)

Category Name of Personnel Age Experience Qualification Position Relevant Experience


(Years) Held At Site
(Proposed)

Site Administration

Site Supervision

Others

BPF/8
5.0 KEY PERSONNEL (CONT’D)

5.3 PROPOSED SITE ORGANISATION CHART

BPF/9
Project Title:

“APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN,


FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL DESIGN
WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT, SUBANG, MALAYSIA”

I/We hereby declare that the particulars shown therein are true and correct in every detail.

............................................................................
Authorised Signatory &
Official Stamp/Seal

Name: .............................................................…

Capacity: .........................................................…

Date: ...........................................................……

...........................................................................
Witness

Name: ...................................................………..

Date: ...........................................................……

BPF/10
SECTION A5

DECLARATION ON RELATED PARTY


TRANSACTION
NOTES :-

THIS DECLARATION ON RELATED PARTY TRANSACTION MUST BE FILLED UP AND


SIGNED BY BIDDERS. FAILURE TO DO SO WILL RESULT IN REJECTION OF THE RFP BY
MALAYSIA AIRPORTS SDN BHD.
RPT Declaration Vers.3 (Oct. 2018)

DECLARATION ON RELATED PARTY TRANSACTION (RPT/ RRPT)


(Pursuant to **Chapter 10 of Bursa Malaysia Listing Requirements/**Malaysian Financial Reporting
Standard 124)

Note: The Interested Vendor/Concessionaire/Operator/Contractor is required to complete and sign this RPT Declaration
Form in the form of handwriting. This RPT Declaration Form SHOULD NOT BE LEFT BLANK or retype or reproduce in
any other format. Failure by the Interested Vendor/Concessionaire/Operator/Contractor to complete and/or sign this RPT
Declaration Form may result to a complete disqualification from the procurement exercise.

*I/We, NRIC No:


of full age and having residential address at

do hereby affirm and declare that :-

1. This transaction of Appointment of Consultant for Development of Airport Master Plan,


Functional Layout Plan, Workable Concept Plan and Detail Design Work Packages for
Sultan Abdul Aziz Shah Airport, Subang, Malaysia to be entered/entered between Malaysia
Airports Sdn Bhd (“MAHB Group of Companies”) and

(the Vendor/Concessionaire/Operator/Contractor):

[Please tick either item i) or ii) below where applicable]

i) i) is not Related Party Transaction (“RPT”) / Recurrent Related Party Transaction (“RRPT”)
(please complete Item 3 below)

OR

ii) is Related Party Transaction (“RPT”) / Recurrent Related Party Transaction (“RRPT”)
(please provide particulars of RPT/RRPT in Item 2 below)

2. Particulars of RPT/RRPT are as follows: -

PARTIES TO
DETAILS OF RELATED PARTY IN THE TRANSACTION
TRANSACTION
MAHB GROUP OF Name :
COMPANIES: Designation :
Relationship / :
Connection

**VENDOR/ Name :
**CONCESSIONAIRE/ Designation :
**OPERATOR/ Relationship/ :
**CONTRACTOR: Connection

(please complete Item 3 below)

*
To be declared by the Managing Director of Vendor/Concessionaire /Operator/Contractor

To strike out where inapplicable

RPT/1 OF 2
RPT Declaration Vers.3 (Oct. 2018)

3. AND I/WE MAKE THIS SOLEMN DECLARATION conscientiously believing the same to be true
and in the event of any false declaration made herein, MAHB Group of Companies shall be entitled
to terminate and withdraw the transaction/contract/award made in favour of the **Vendor/
Concessionaire/Operator/Contractor and to further exercise all or any of its rights and remedies
under the law.

Signed by the abovenamed*

On behalf of ]
NAME: ]
NRIC No: ]
DESIGNATION: ]
DATE: ] ……………………………………..

in the presence of
NAME: ]
NRIC No: ]
DESIGNATION: ]
DATE: ] ……………………………………..

Explanatory Note:

1. The term RPT and RRPT are as defined under Chapter 10 of the Listing Requirements of Bursa Malaysia Securities Berhad
and the Malaysian Financial Reporting Standard (MFRS”) 124.

2. The information provided in this declaration may be used for by MAHB Group of Companies for assessment of Related
Party disclosure under the requirement of FRS 124 Related Party Disclosure and Chapter 10 of the Listing Requirements.
A copy of MFRS 124 can be found at the Malaysian Financial Accounting Standard Board (MASB) Website:
www.masb.org.my > Our Standard > MASB Approved Accounting Standard for Entities Other than Private Entities >
Malaysian Financial Reporting Standard (MFRS). A copy of Chapter 10 of the Listing Requirements can be found at Bursa
Malaysia’s website: www.bursamalaysia.com > Regulation >Rules > Listing Requirements > Chapter 10 (Transaction)

3. A copy of a fresh declaration must be submitted to MAHB Group of Companies whenever there are changes to the nature
of the relationship as disclosed in the table. This includes changes to the directorship and shareholdings of the **Vendor/
**Concessionaire / **Operator/ **Contractor.

4. Reference and definition of “Related Party” and “Person Connected” can be found in Chapter 1 of Bursa Malaysia Listing
Requirement and in MFRS 124 of the Malaysian Financial Reporting Standard.

5. Reference and definition of “Close members of the family of a person connected” is as laid down in MFRS 124 of the
Malaysian Financial Reporting Standard.

**
To strike out where inapplicable
*
To be declared by the Managing Director of Vendor/Concessionaire /Operator/Contractor

RPT/2 OF 2
SECTION A6

DECLARATION OF MALAYSIA AIRPORTS


VENDOR CODE OF ETHICS
Malaysia Airports Vendor Code of Ethics

1. INTRODUCTION

Malaysia Airports is committed to uphold principles of integrity, accountability and fairness in its
procurement activities. Similarly, Malaysia Airports expects its Vendors to embrace the
commitment to these principles as set out in this Vendor Code of Ethics.

The Vendor Code of Ethics outlines Malaysia Airports’ minimum expectations for Vendors to
respect and adhere to when conducting business with or on behalf of Malaysia Airports. All
Vendors of Malaysia Airports must comply with all applicable laws and regulations, the
requirements set out in this Vendor Code of Ethics and its contractual obligations to Malaysia
Airports.

This Vendor Code of Ethics is intended to complement Malaysia Airports Code of Ethics and
Conduct, Procurement Policies, Procedures & Guidelines (3Ps), Procurement Code of Ethics and
the Company’s other policies.

2. SCOPE

The Vendor Code of Ethics applies to all Malaysia Airports’ Vendors including its principals,
employees, sub-contractors and agents.

3. DEFINITIONS

The following terms are used in this Vendor Code of Ethics and shall have the following meanings:

Bribe means an inducement or reward (financial or otherwise) offered, given or received, directly
or indirectly in order to secure an undue or improper result, award, decision, benefit or advantage
of any kind.

Cartel means an arrangement between Vendors to fix prices or to share the market between
them.

Conflict of interest means a situation in which an individual has competing professional or


personal interests that may interfere or potentially interfere with the individual’s objectivity to
fulfil his or her duties impartially.

Employee means all employees under the employment of the Company or Vendor including
persons who are on contract, secondment, apprenticeship, attachment whether remunerated or
otherwise. The term “Employee” or “Employees” shall have the same meaning and may be used
interchangeably.

Malaysia Airports Vendor Code of Ethics 1


Facilitation payments means payments made to secure or expedite the performance by a person
performing a routine or administrative duty or function.

Family member means the Employee’s:


i. Spouse(s);
ii. Parents (including step and adopted parents);
iii. Children (including step and adopted children);
iv. Siblings (including step and adopted siblings);
v. Grandparents;
vi. Grandchildren;
vii. In-laws (including step and adopted in-laws);
viii. Sons and daughters-in-law;
ix. Parents (including step and adopted parents) of sons and daughters-in-law;
x. Siblings (including step and adopted siblings) of the Employee’s spouse;
xi. Uncles, aunts, nephews, nieces or first cousins; and
xii. Any person who is a member of the Employee’s household.

Gifts mean anything of value that an individual gives or receives either directly or in kind including
but not limited to, goods or services, promotional products, entertainment, such as meals, travel
or tickets to events, gratuities, discounts or personal favours that are intended to influence or
reward an individual or entity.

Kickback means a portion of the value of the contract demanded as a bribe by a person for
securing the contract.

Malaysia Airports or the Company means Malaysia Airports Holdings Berhad, and its subsidiaries
or Group of Companies.

Vendor means any person or entity that supplies goods and/or services to Malaysia Airports,
including those already appointed by Malaysia Airports and who intent to enter into or has a
contract with Malaysia Airports. Vendor shall include contractors, service providers and
consultants, their principals, employees, sub-contractors and agents.

4. VENDOR’S RESPONSIBILITY

It is the Vendor’s responsibility to:

i. understand and comply with this Vendor Code of Ethics;


ii. educate its employees, sub-contractors and agents on the requirements of the Vendor Code
of Ethics;
iii. monitor its compliance with the principles of the Vendor Code of Ethics; and
iv. report any violation of the Vendor Code of Ethics to the Whistleblowing Independent
Committee of Malaysia Airports.

Malaysia Airports Vendor Code of Ethics 2


5. PRINCIPLES OF THIS CODE

5.1 Ethical Business Practices

5.1.1 Vendors must abide by all applicable laws and regulations concerning bribery,
corruption, fraud, money laundering and any other prohibited business practices.

5.1.2 Vendors must never offer, pay, solicit or accept any bribes, kickbacks, facilitation
payments or other incentives either directly or through intermediaries in order to
obtain an unfair or improper advantage or to obtain or retain a business for any
business transaction with or involving Malaysia Airports.

5.1.3 Vendors must adhere to provisions in the Procurement Policies, Procedures &
Guidelines (3Ps) and Procurement Code of Ethics.

5.1.4 Vendors are required to request its sub-contractors, sub-vendors and agents to
sign and comply with Malaysia Airports’ Integrity Pact to prevent corrupt practices
in the supply chain.

5.2 Conflict of Interest

5.2.1 Vendors must avoid conflict of interest and are expected to promptly report to
Malaysia Airports any actual, potential or apparent conflict of interest situations.

5.2.2 Vendors shall disclose to Malaysia Airports if any Malaysia Airports’ employee or
family member has an interest of any kind in the Vendor’s business or any kind of
economic ties with the Vendor.

5.2.3 Vendors are prohibited from offering or providing gifts to Malaysia Airports
employees and their family members that might appear to influence, compromise
judgement or obligate the employee.

5.2.4 Vendors shall disclose in writing details of former employees of Malaysia Airports
who joined them either prior to the award or in the performance of a contract
which the former Malaysia Airports employee was directly concerned and in which
he or she personally participated, or which was under his or her active
consideration during the period of his or her employment with Malaysia Airports.

5.3 Fair Competition

5.3.1 Vendors shall conduct their business in line with fair competition and in accordance
with all applicable anti-competitive laws.

Malaysia Airports Vendor Code of Ethics 3


5.3.2 Vendors shall not conspire, collude or form cartel either directly or indirectly with
other Vendors for the purpose of reducing or eliminating competition during the
submission of tender or quotation to Malaysia Airports.

5.3.3 Vendors are expected to quote price that reflects the true value of their products,
services and works.

5.4 Compliance with Laws

5.4.1 Vendors must comply with all applicable laws and regulations of the countries in
which it operates including, but not limited to, any laws relating to employment,
environment and health and safety.

5.4.2 Vendors are expected to keep abreast of developments and changes in the
relevant laws and regulations to ensure continuous compliance.

5.5 Honest Representation

5.5.1 Vendors shall provide an honest disclosure of their organisation, its experiences,
qualifications, capabilities and financial status.

5.5.2 Vendors shall submit genuine and impartial references on their previous
engagements and work done.

5.6 Commitment

5.6.1 Vendors shall not submit quotations or tenders without firm commitment to
proceed with the contract.

5.6.2 Vendors are expected to take full responsibility and accountability for services
rendered or goods provided and honour their commitments in accordance with
their obligations under the agreements or contracts with Malaysia Airports.

5.6.3 Vendors are encouraged to strive for continuous improvement and to apply best
practices in order to enhance the quality of delivery of products, services and works
to Malaysia Airports.

6. BREACH OF THE VENDOR CODE

For violation of any provisions in this Vendor Code of Ethics, Malaysia Airports may take action
depending on the nature and seriousness of the breach. The actions to be imposed on Vendors
include:

• Written warnings – continued non-compliance will lead to more severe actions;

Malaysia Airports Vendor Code of Ethics 4


• Penalties or any contractual or legal remedies under the law;
• Immediate termination of contract, without recourse;
• Suspension from participating in any future procurement activities for a period of up to 12
months; and/or
• Blacklisting whereby Vendors are not allowed or disqualified from any future procurement
activities for a minimum of two years.

7. RAISING CONCERNS

Vendors are obligated to promptly report questionable behaviour or any actual or suspected
violations of laws, this Vendor Code of Ethics and/or any contractual obligations with Malaysia
Airports. This includes violations by any employee or agent acting on behalf of either the Vendor
or Malaysia Airports.

All such concerns can be reported confidentially using one of the available channels:

Hotline : 019-659 2263


E-mail : wic_secretariat@malaysiaairports.com.my
Mail : Chairman, Whistleblowing Independent Committee
Malaysia Airports Holdings Berhad
Malaysia Airports Corporate Office
Persiaran Korporat KLIA
64000 KLIA, Sepang
Selangor
(attention: WIC Secretariat, Corporate Integrity Unit)

Alternatively, the individual or Vendor may contact any member of the Whistleblowing
Independent Committee (WIC) or the WIC Secretariat directly to raise their concern. The list of
WIC members and WIC Secretariat together with their contact details is distributed separately.

Malaysia Airports will maintain confidentiality of the identity of the individual or Vendor who
raise the concern to the extent possible.

Malaysia Airports will not tolerate any retribution or retaliation taken by its employees or
Vendors against any individual or Vendor who has, in good faith, reported questionable
behaviour or a possible violations of laws, this Vendor Code of Ethics and/or any contractual
obligations with Malaysia Airports.

Malaysia Airports Vendor Code of Ethics 5


Tender Title: APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER
PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL
DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT, SUBANG,
MALAYSIA

Tender No: MAHB-MASB/RFP/18/2018

We, _______________________________________________, acknowledge that we have received


and read the Malaysia Airports Vendor Code of Ethics and that we understand it and will comply with
this Code in our participation in procurements with Malaysia Airports Sdn Bhd.

Executed this ___ day of ________________, 20___.

On behalf of ]
NAME: ]
NRIC No: ]
DESIGNATION: ]
DATE: ] ……………………………………..

in the presence of
NAME: ]
NRIC No: ]
DESIGNATION: ]
DATE: ] ……………………………………..

Note:
- Please complete this form in handwriting
- Please do not retype or reproduce this form in any other format

Malaysia Airports Vendor Code of Ethics 6


SECTION A7

DECLARATION OF NON-COLLUSION
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER
PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL
DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT,
SUBANG, MALAYSIA

RFP NO: MAHB-MASB/RFP/18/2018

DECLARATION OF NON-COLLUSION

The essence of open/selective tendering/bidding is that the Employer shall receive bona-fide
competitive tenders/RFPs from all firms tendering. In recognition of this principle, we certify that
this is a bona-fide tender/RFP, intended to be competitive, and that we have not fixed or adjusted
the amount of the tender/RFP by or in accordance with any agreement or arrangements with any
other person. We also certify that we have not and we undertake that we will not at any time
before the returnable date of this tender/RFP :-

(a) Communicate to any person other than the person calling for those tenders/RFPs, the
amount or approximate amount of the proposed tender/RFP, except where the
disclosure, in confidence, of the approximate amount of the tender/RFP is necessary to
obtain insurance premium quotations required for the preparation of the tenders/RFPs;

(b) Enter into any agreement or arrangement with any other person that he shall refrain from
tendering/bidding or as to the amount of any tender/RFP to be submitted;

(c) Offer or pay or give or agree to pay or give any sum of money or valuable consideration
directly or indirectly to any person for doing or have done or causing or having caused to
be done in relation to any other tender/RFP or proposed tender/RFP for the said work
any act or thing of the sort described above.

In this certificate the word ‘person’ includes any persons and any body or association, corporate
or unincorporate; and ‘any agreement or arrangement’ includes any such transaction formed or
unformed, and whether legally binding or not.

…………………………………………………………
Authorised Signatory For Partnership/Company

I.C. No.: ………………………………………………

Date: ………………………………………………….

1
SECTION A8

DECLARATION OF CONFLICT OF
INTEREST
DECLARATION OF CONFLICT OF INTEREST

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER
PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT AND DETAIL DESIGN WORK PACKAGES FOR SULTAN
ABDUL AZIZ SHAH AIRPORT, SUBANG, MALAYSIA

RFP NO: MAHB-MASB/RFP/18/2018


Terms:

1. All Tenderer must complete and sign this Declaration and thereafter submit it as part of Tenderer’s Tender Documents.

2. The Tenderer must fully disclose any conflict of interest or potential conflict of interest involving this Tender. If there are
any changes to the content of this Declaration after submission, the Tenderer must declare as soon as the conflict or
potential conflict becomes apparent.

3. The Employer reserves its rights to determine the appropriate course of action (i) with regard to any actual conflict or
potential conflicts of interest; or (ii) if this Declaration is found to be false, whether or not it causes damage to the
Company. The decision of the Employer in respect the Tender and/or Award will be final and binding.

Note: A conflict of interest may include any factors, whether arising through personal interest, current or prospective contractual
obligations or any other activities which could prejudice the Employer and its employees, and/or the provisions of the
works/service required under the Tender.
DECLARATION

QUESTIONS YES NO
1. Do you/your staffs have any direct or indirect connection, associates or family
relationship with the Employer and/or any of the Employer’s staffs?

If YES, please provide details below:

2. Are you aware of any conflict of interest which might have an impact on your/your
company ability to offer and/or deliver the services/works to the Employer in respect
of the Tender?

If YES, please provide details below:

I/We hereby declare that the above is accurate and complete based on my/our knowledge. I/We undertake to inform the
Employer of any changes to this Declaration or of any other conflicts or potential conflict of interest which may arise during
Tender Evaluation Process, after the Award and/or during the Contract Period.

I/We hereby agree and accept that the Employer may take appropriate course of actions at its sole and absolute discretion, in
relation to conflict of interest that exist or if this Declaration is found to be false. Such course of action may include but not limited
to my/our company may be excluded from this Tender Evaluation Process, or from any other or future tender exercises or
contract made by the Employer. I/We hereby agree that the Employer shall not be liable for any losses, claims, costs and
expenses of whatsoever nature, suffered and incurred by me/us as a result of any action taken by the Employer in relation to
such conflict of interest and this Declaration.

Signature: Company’s Chop

………………………………………………………….
Name:
Date:
Position:

1
SECTION B

TECHNICAL
SECTION B1

TERMS OF REFERENCE
TERMS OF REFERENCE

CONSULTANCY SERVICES

FOR

APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF


AIRPORT MASTER PLAN, FUNCTIONAL LAYOUT PLAN,
WORKABLE CONCEPT PLAN, AND DETAIL DESIGN
WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH
AIRPORT, SUBANG, MALAYSIA

1
TABLE OF CONTENT

PART I – GENERAL INFORMATION

1.0 MALAYSIA AIRPORTS HOLDINGS BERHAD (MAHB) .................................................................. 4


2.0 STATEMENT OF NEED ................................................................................................................. 4
3.0 CONTRACTING APPROACH AND STRATEGIES ........................................................................... 6
4.0 SUBMISSION REQUIREMENTS FOR THE PROPOSAL .................................................................. 8

PART II – PROJECT DESCRIPTION

1.0 OVERALL PROJECT OVERVIEW ................................................................................................. 11


1.1.1. Phase 1 – Initial Planning (7 months) .............................................................................. 11
1.2. Phase 2 – Workable Concept and Project Planning (5 months) ......................................... 12
1.3. Phase 3 – Detail Design Meant for Build (12 months) ........................................................ 12
1.4. Phase 4 – Construction and ORAT (18 – 36 months)........................................................... 13
Figure 1: Overall Project Development Framework........................................................................ 13
2.0 GENERAL DESIGN REQUIREMENTS .......................................................................................... 13
3.0 GENERAL SCOPE OF SERVICES FOR THE CONSULTANT ........................................................... 14
4.0 PROJECT MANAGEMENT AND REVIEWS ................................................................................. 15

PART III – CONSULTANT SCOPE OF SERVICES PHASE 1a

1.0 SCOPE OF WORKS FOR PHASE 1A ............................................................................................ 16


1.1. Overall Strategy Plan – Final Document 01 .......................................................................... 16
1.2. Master Plan – Final Document 02 ......................................................................................... 16
1.3. Development Implementation Plan – Final Document 03 ................................................... 17
Figure 2: Phase 1a Development Framework ................................................................................. 17
2.0 Business Strategy – Working Document 1..................................................................................... 17
3.0 Operational Strategy – Working Document 2 ............................................................................... 19
4.0 Operational Feasibility Study – Working Document 3 .................................................................. 20
5.0 Aviation Activity Forecast – Working Document 04 ..................................................................... 21
6.0 Facility Needs Assessment and Requirements – Working Document 05 ..................................... 24
7.0 Development of Alternatives – Working Document 06 ................................................................ 29
8.0 Existing Condition – Working Document 7 .................................................................................... 29
9.0 Site Evaluation – Working Document 8 ......................................................................................... 31
10.0 Technical Feasibility Study – Working Document 09 .................................................................. 32

2
11.0 Evaluation of Alternatives – Working Document 10................................................................... 34
12.0 Business and Operational Action Plan – Working Document 11................................................ 35
13.0 Airport Layout Plan (ALP) – Working Document 12 .................................................................... 35
14.0 Financial Feasibility and Capex Cost Estimation – Working Document 13 ................................ 36
15.0 Land Use Planning – Working Document 14 ............................................................................... 37
16.0 Interim Solution – Working Document 15................................................................................... 39

PART IV – CONSULTANT SCOPE OF SERVICES PHASE 1b

1.0 SCOPE OF WORKS FOR PHASE 1B – FUNCTIONAL LAYOUT PLAN................................................. 40


Figure 3: Phase 1b Development Framework ................................................................................... 40
2.0 Stakeholders Engagement for Capturing User Requirements and Inputs – Working Document 1
.............................................................................................................................................................. 40
3.0 Overall Planning and Design – Working Document 2 ................................................................... 41
4.0 Operations and Infrastructure Requirements – Working Document 3 ........................................ 42
5.0 Detailed Conceptual Design and Functional Layout Plan – Working Document 4 & 5 ................ 44
6.0 Deliverables for Phase 1b .............................................................................................................. 46

PART V – CONSULTANT SCOPE OF SERVICES PHASE 2a

1.0 SCOPE OF WORKS FOR PHASE 2A – WORKABLE CONCEPT PLAN & CONSTRUCTION WORK
PACKAGE PLAN ..................................................................................................................................... 47

PART VI – CONSULTANT SCOPE OF SERVICES PHASE 2b

1.0 SCOPE OF WORKS FOR PHASE 2B – TERMS OF REFERENCE (TOR) FOR MULTI-DISCIPLINARY
CONSULTANTS (MDC) AND PREPARATION OF DESIGN WORK PACKAGE .......................................... 49
APPENDICES .......................................................................................................................................... 50
FORM 1: List of All Companies within the Consultant Team ........................................... 51
FORM 2: Company’s Project Portfolio (Completed Projects) .......................................... 52
FORM 3: Company’s Project Portfolio ................................................................................... 53
FORM 4: Personnel’s Project Portfolio .................................................................................. 54
Subang Airport Masterplan 2008 ............................................................................................. 55

3
PART I – GENERAL INFORMATION

1.0 MALAYSIA AIRPORTS HOLDINGS BERHAD (MAHB)


Malaysia Airports Holding Berhad (hereinafter referred to as “MAHB”) established in 1992, is the main
airports operator and manager in Malaysia. It has come a long way since its incorporation and is now
one of the largest airport operator groups in the world in terms of number of passengers handled.
Today, it manages 39 airports across Malaysia with five (5) international airports in Malaysia and one
(1) in Turkey, sixteen (16) domestic airports and eighteen (18) short take-off and landing (STOLport).

Once a state-run airport operator, MAHB was corporatized as Malaysia Airports Berhad 25 years ago.
Seven years later, MAHB was incorporated as a public limited company and listed on the Malaysian
Stock Exchange (Bursa Malaysia) in 1999, becoming the first Asian airport operator to go public and
only the sixth (6th) in the world to do so. It now employs nearly 11,000 people in Malaysia and around
the world.

All airports except for KL International Airport is managed by Malaysia Airports Sdn Bhd (hereinafter
referred to as the “Employer”) and are unique with widely different requirements – some of the
STOLports for example, are remote landing strips with few services, but the company’s portfolio also
includes full service international airports providing multiple runways and a fully-integrated travel
experience.

Over the past several decades, MAHB have developed a business model that focuses not only on the
airport business, but also on optimising the commercial and growth opportunities presented by the
travel and aviation industry.

2.0 STATEMENT OF NEED


The Employer is the concession holder of the Lapangan Terbang Sultan Abdul Aziz Shah (LTSAAS,
hereinafter referred to as “Subang Airport”) operations and the lease holder of land for the airport
and surrounding ecosystem. The Employer intend to revitalise and regenerate the current airport and
surrounding ecosystem whilst maximising the potential opportunities from its developed and
undeveloped land bank (hereinafter referred to as “Subang Airport Regeneration”). The project covers
approximately 1,126 acres of land at Subang Airport.

Subang Airport Regeneration initiative is envisioned to revitalise the Subang Airport ecosystem and
positioned as a vibrant city airport, a hub for business aviation and a complete aerospace ecosystem.
Broad overview on these 3 Strategic Initiatives are as follow:

a. City Airport
Today, Subang Airport has a terminal design capacity of 1.5 million passengers per annum (mppa),
however handling up to 3 mppa which leads to overcapacity concerns such as congestion at
passenger processing facilities and public amenities, as well as limitation to number of aircraft
parking apron.

The vision for Subang Airport is to become one of the leading City Airports in Asia Pacific in terms
of connectivity, seamless operations, green & sustainability, safety & security, convenience and
modernisation. Potential differentiator seen for Subang Airport is to be positioned as a “Premium
/ Business” focused airport. Amongst the key features envisaged for the airport are as follows:
• Fast turn-around time (TAT) and on-time performance (OTP)
• Excellent airport amenities
• Accelerated Airport 4.0, becoming a Smart Airport

4
Currently, the commercial airline operations at Subang Airport only allows for turboprop
operations. With the anticipated evolution of intra-regional travel market, the Employer
considers beyond current just turboprop for the commercial operations such as introduction of
regional jets for the airport. The consultant will be required to provide inputs covering
commercial, operations and planning & regulatory aspects of such introduction.

b. Business Aviation Hub


Subang Airport today hosts key business aviation players such as Execujet, Hawker Pacific,
Skypark and Sapura Aero. Business aviation aircraft movement only accounts for approximately
3% (~3,200 movements) of the total aircraft movement at Subang Airport. With the foreseeable
growth in business jet MRO, FBO and aircraft management, the Employer is keen to leverage on
the growth and position Subang Airport as a hub for business aviation in the region.

Thus, there is an opportunity to address the gap in current Subang Airport business aviation
ecosystem by providing the full suite value chain eg. aircraft painting, modification center and
aircraft parking. The Employer also seeks to provide enhanced privacy, security as well as service
levels for the business aviation value chain.

c. Complete Aerospace Ecosystem


Upon move of the airport operations to KL International Airport, Subang Airport has grown from
strength to strength the past 10 years to catalyse the growth of the aerospace industry in
Malaysia. Close to 70 aerospace related players, including established key players such as Spirit
Aerosystems, Airbus Helicopters and Senior Aerospace currently have their presence within the
Subang Airport aerospace ecosystem, making it one of the most mature Aerospace ecosystem in
Malaysia.

The birth of Subang Aerotech Park is part of our vision to enhance the existing aerospace
ecosystem to position the park as Malaysia’s leading industrial-aviation park, at par with South
East Asia’s best in class. It is a project covering 60 acres of land with the objective of maximising
opportunities and revitalising the ecosystem. Subang Airport has many strategic advantages with
its near location to KL city centre, excellent transport network, highly accessible amenities and
an urban population supplying ready manpower.

The Employer’s aerospace vision is well embedded into our strategic initiative, Subang Airport
Regeneration. These initiatives are fully aligned with the various Government's plans and
initiatives namely the 2nd National Aerospace Industry Blueprint 2030, led by Ministry of
International Trade and Industry Malaysia (MITI).

The master planning exercise shall provide an optimal planning with clear spatial and operational
demarcation of City Airport, Business Aviation, and Aerospace initiatives. A clear vision is crucial in
identifying and addressing customer experience, new technologies and digitization, operational
efficiency and needs as to be future competitive hub in this region. The Consultant, must incorporate
smart; digital; eco-friendly elements, in addition to ensuring feature of convenience, modernisation
and quick turnaround. Impact anticipated from the initiative includes but not limited to the following:
• Enhanced service levels, and safety of operations
• Maximum growth & expansion potential;
• Maximum impact to national economy;

5
In view of the above 3 strategic initiatives, the Consultant is required to produce a comprehensive
strategic plan for overall development. The purpose of the strategic development plan is to provide a
roadmap that will guide future development of the airport and to ensure the airport is ready to meet
current and future demand and will act as a catalyst for economic development in the region.

Previous studies and reports undertaken on market sizing and feasibility of Business Aviation and
Aerospace initiatives will be made available to the Consultant. It is to be used as reference for
validation, and to be incorporated together with the proposed study to be undertaken by the
Consultant for City Airport to ensure a holistic vision is in place for deliverables of subsequent phases.
The last National Airports Master Plan for Subang Airport was conducted in 1980 and 2008 by a
Consortium headed by British Airports International Ltd and NACO Airport Consultant respectively,
which will also be made available.

Pursuant to this, the Employer intends to engage qualified, experienced and reputable Airport Planner
and related consultants (hereinafter referred to as “the Consultant”) to work effectively in a
collaborative framework with other stakeholders.

3.0 CONTRACTING APPROACH AND STRATEGIES

The following outlines general approach for the project.

3.1 Acceptance of Proposal


3.1.1 The Employer shall have full right over the Evaluation and Approval of any
RFP;
3.1.2 The Consultant’s attention is hereby drawn that the Employer will only accept
a complete proposal. Notwithstanding this, the Employer reserves the right
to accept or reject in whole or in part any Proposal without assigning any
reason thereof;
3.1.3 Consultants are encouraged to submit a core proposal that addresses the
Scope of Work defined with this Request for Proposals;
3.1.4 In addition, the Employer is looking for cost savings and other ways of
promoting cost-efficiency, and to highlight any trade-offs inherent in the
suggested alternatives;
3.1.5 Both the core proposal and any additive alternatives should include a clear
description of the work, reasoning for considerations and a fee proposal.

3.2 Partnership Opportunities


3.2.1 The Employer recognizes that this project may require the services of experts
with specific skills or from various disciplines. To that end, The Employer
anticipate possible partnerships among consultants;
3.2.2 In the event the Consultant do not have certain local expertise thus the
Consultant may collaborate with international company to be part of their
team;
3.2.3 All members of the group shall sign the Letter of Undertaking to show their
intention to form the joint venture or consortium consultant in the event of
award;

6
3.2.4 If the Consultant intends to employ specialist consultant or a subconsultant,
the latter shall also submit complete set of Forms and shall meet the criteria
for this project;
3.2.5 It is important that a lead consultant and all participating consultants and
team members be identified in the consultant proposal.

3.3 The Consultant are not allowed to change any member of the group as per submitted
during the Request for Proposal (hereinafter referred to as “RFP”) exercise. However,
in the event of unavoidable case, the Consultant is allowed to propose for
replacement with the same or better qualification as stated in the RFP requirement
for the Employer approval.

3.4 The Employer reserve the right to replace any consultant within the Consultant team
or to terminate the whole contract if the performance does not meet with the
Employer requirement and/or expectation during any phase of the project.

3.5 The Consultant may require another supporting consultancy services and/or
contractor (hereinafter referred to as the “Supporting Consultant”) in order to
complete the required scope of services for this project.
3.5.1 The Consultant shall advice the Employer on the needs for the Supporting
Consultants on other areas such as surveyor, geotechnical consultant,
mechanical and electrical engineering consultant, civil and structural
engineering, etc.
3.5.2 The Consultant shall determine the areas of survey and/or study based on the
requirement of the project in which subject to the Employer approval;
3.5.3 The Consultant shall prepare the scope of work and/or services, Terms of
Reference and contract documents for the appointment of the Supporting
Consultants;
3.5.4 The Consultant will be responsible for the appointment of Supporting
Consultants;
3.5.5 The Consultant shall advice the Employer on the required timing and planning
of the supporting consultants and/or contractor during Kick-off Meeting of
the Project (beginning stage) as to ensure sufficient period for procurement
processes by the Employer.
3.5.6 The Consultant shall manage and coordinate the Supporting Consultant to
ensure the deliverables are as per expectation and/or requirements until the
end of their services.

3.6 Office Area


3.6.1 The Employer will provide on-site office space and facilities for the effective
work of the Consultant.
3.6.2 The Employer will provide desks, chairs, phone and internet line

3.7 The Consultant shall ensure that the proposed ‘key’ Project Team Members and the
designated Project ‘Manager’ relevant for each stage of the project to be present at
the on-site office until its completion

7
3.8 Kick-Off Meeting
3.8.1 The Consultant shall host a Kick-Off Meeting within fourteen (14) days upon
Commencement Date of the Project;
3.8.2 The Consultant shall present during the Kick-Off Meeting the details of the
following but not limited to:
(a) The Consultant Team and Organizational Chart;
(b) Methodology and Concept of Study; and
(c) Implementation and Resource Planning.

3.9 Appointment Plan and Duration


The scope of works for the Consultant are divided into Four (4) Phases (hereinafter
referred to as “the Services”) as illustrated in Figure 1.
3.9.1 The starting date will be stated in the Letter of Appointment.
3.9.2 The anticipated timeline to complete Phase 1 (Phase 1a and Phase 1b) is
seven (7) months, for Phase 2 (Phase 2a and Phase 2b) is five (5) months, for
Phase 3 is twelve (12) months, and for Phase 4 is eighteen (18) to thirty-six
(36) months
3.9.3 The decision for the Consultant to progress to the subsequent phase(s) is
subject to Employer’s decision to proceed with the Project following
satisfactory deliverables and completion at each phase.
3.9.4 Upon decision by MAHB management, the Employer will issue a letter for
“Consent-to-Proceed to subsequent Phase” or “Project Termination”
depending on the intended direction.
3.9.5 Notwithstanding, the Consultant is required to provide the cost breakdown
for each phase with validity period of 24 months.

4.0 SUBMISSION REQUIREMENTS FOR THE PROPOSAL

Consultant shall submit proposals in sealed packages and marked CONFIDENTIAL. The proposal shall
include the following requirements:

4.1. COMMERCIAL PROPOSAL


4.1.1. Cost proposal for all work described under the Scope of Work broken down
by project component i.e. Phase 1a, Phase 1b, Phase 2a, Phase 2b, Phase 3,
and Phase 4. The proposal be valid for 24 months upon submission
4.1.2. Should include a detailed breakdown of consultant hours per task, hourly
rates for all team members (including clerical), budget allocations for each
firm, and direct expenses.
4.1.3. Consultant shall propose for the schedule of payment throughout the
duration of the project.
4.1.4. The out-of-pocket expenses (OPE) shall be included as distinct line item to
reflect the travelling expenses, subsistence allowance, telephone, printing etc

8
4.2. TECHNICAL PROPOSAL
The Consultant shall prepare and submit all the required documents in accordance to
the following sequence with separator.

4.2.1. SECTION I – Consultant Details


4.2.1.1. Cover Letter – Statement of ability to complete the project given
current workload, cite any conflicts of interest, and a 90-day
guarantee on a proposal terms;
4.2.1.2. Form 1 – List of all companies within the Consultant team;
4.2.1.3. Form 2 – Detail of past similar project profile; the reference list
should include the name, address, telephone number, tittle of
project, and description of the work performed; including evidences
of project undertaking e.g. Referral Letter from previous customers
(if any)
4.2.1.4. Form 3 – Detail of current project profile; the reference list should
include the name, address, telephone number, tittle of project, and
description of the work performed; including evidences of project
undertaking e.g. Referral Letter from previous customers (if any)

4.2.2. SECTION II – Project Appreciation


4.2.2.1. Describe thoroughly on the understanding of the project based on
the current local and global business and political scenario;
4.2.2.2. Explain on the forecasted, predicted or projected business scenario
in Malaysia, region and global, and how those will impact positively
or negatively towards the Employer business;
4.2.2.3. Explain on how business approach, strategic planning and visioning
will impact the company’s future growth; and
4.2.2.4. Explain on why visioning exercise is extremely important to the
Employer and how the deliverables will be used for future planning
and development.
4.2.2.5. The Consultant to clearly articulate the outcome of this section e.g.
PowerPoint slides form with clear visuals and descriptors

4.2.3. SECTION III – Method Statements


4.2.3.1. Describe thoroughly in a clear and comprehensive explanation on
the methodology, principles, fundamentals and procedures by
which the assignment will be executed in meeting with the Project
objectives.
4.2.3.2. Describe how the consultant team will complete the scope of work
and what are the propose deliverables throughout the duration of
the project.
4.2.3.3. Those submitting proposals are encouraged to suggest revisions to
the Scope of Work of this RFP if it is felt the final outcome could be
improved. All suggested changes should be supported with a written
explanation.
4.2.3.4. Consultants are encouraged to submit suggestions for cost savings
and other ways of promoting cost-efficiency and to highlight any
trade-offs inherent in the suggested alternatives.

9
4.2.4. SECTION IV – Master Implementation Plan
4.2.4.1. The Consultant shall describe thoroughly on the work breakdown
structure, execution, timing, sequence and correlations in between
the tasks by which the assignment will be executed in meeting with
the Project objectives;
4.2.4.2. The Consultant shall provide a clear and comprehensive explanation
of the work breakdown structure covering for each areas of study,
all works and tasks deemed necessary for the Project and submission
of deliverables.
4.2.4.3. The Master Implementation Plan shall include but not limited to the
following:
• Prepare a detailed minimum Work Program Level Five (5)
(Microsoft Project or equivalent) and description of the
Services and clearly identifies Critical Path.
• Propose submission dates for each of the main
deliverables.
• Present a detailed resource-based schedule (resource
planning), allocating personnel to the tasks as presented
in the work plan.
• Demonstrate the ability to complete the work plan as
presented.
4.2.4.4. The Consultant shall also provide an estimated resource hour (man
day or Full-Time Equivalent) of the personnel to be assigned for each
of the tasks proposed.

4.2.5. SECTION V – Organization Chart, Roles and Responsibility


4.2.5.1. Proposed project organization chart and detailed arrangement of
the project team. Provide a list of key individuals and staff assigned
to this project describing their roles, responsibilities, project
assignments, years of experience and management flow in
accordance to each phase of the project
4.2.5.2. Details of the proposed personnel for the project team with
complete resume including their name, age, designation, scope,
educational background, work experience and expertise.
4.2.5.3. Form 4 – Personnel’s Project Portfolio; for each person.
4.2.5.4. Certified copies of membership registration with Professional Bodies
for those applicable.
4.2.5.5. The Consultant shall provide Letter of Undertaking for each of the
proposed personnel as a proof commitment of their engagement for
the Project.

10
PART II – PROJECT DESCRIPTION

1.0 OVERALL PROJECT OVERVIEW


This Terms of Reference (hereinafter referred to as “ToR”) defines the services to be performed by
the Consultant for the Project in which such work shall include but not limited to deliverable of services
and documents. The Consultant shall complete the services in accordance with the terms of the
contract and the requirements specified herein.

The Consultant shall be fully responsible for all tasks unless otherwise stated. These tasks shall include
but not limited to: gathering of information and engagement with all stakeholders in rendering the
Services for the Project.

The overall development for the project is divided into Four (4) Phases as in Figure 1 below.

Note: The decision for the Consultant to progress to the subsequent phase(s) is subject to Employer’s
decision to proceed with the Project following satisfactory deliverables and completion at each phase.
as illustrated in Figure 1.

1.1.1. Phase 1 – Initial Planning (7 months)

This stage defines the objectives of the project with respect to the general goals. Other
main components of this phase are the project scope and the rationale. This stage also
involves the establishment of preliminary schedules, capital and operating costs and the
initial space requirement.

1.1.2.Phase 1a – Four (4) months

Encompasses the initial introduction into the project. This phase focusses on the
development of Overall Strategy & Plan, Master Plan, and Development
Implementation Plan.

The goals are functionality, flexibility and convenience. In this phase, the concept
of terminal, airside, and landside is decided upon in accordance to the 3 strategic
initiatives of Subang Airport Regeneration; City Airport, Business Aviation Hub, and
Aerospace ecosystem. Analysis of current operational and physical issues
pertaining to the airport is to be undertaken and are to be addressed in the Master
Plan. Other essential planning decisions such as degree of centrality for services
are decided.

1.1.3.Phase 1b – Three (3) months

This phase focusses on the development of Functional Layout Plan. The many
components that make up the airport and its surrounding landbank are given
general location and size. The functional relationships between components are
analyzed. The size of the facility is determined with regards to the desired level of
convenience. Also, an element of this phase is an initial examination into the
passenger and baggage flows within this pre-build terminal. Computer simulation
shall be used to demonstrate potential problematic areas.

11
The schematic ideals are then refined into detailed plans. The exact sizing of the
facility and its components are established. Operational and physical issues
identified in Phase 1a are to be addressed in detail. Proposals to alleviate and
improve these issues are expected to be in the Functional Layout Plan. Details on
the capital budget, and operating costs shall be established.

1.2. Phase 2 – Workable Concept and Project Planning (5 months)

1.2.1. Phase 2a, Workable Concept Plan & Construction Work Package Plan - Three (3)
months

The Consultant shall make use of this phase to refine their conceptual design
into a workable concept plan based on actual and on-site existing condition,
constraints and requirements such as compatibility and/or interoperability.

The consultant shall clearly present the development plan and phasing. Based
on the outcome of the approvals at the end of Phase 1b, the consultant shall
establish the work packages and scope for the proposed immediate
development.

The consultant shall present a comprehensive project brief and ‘scopebook’.

1.2.2. Phase 2b, Terms of Reference (ToR) for Multi-Disciplinary Consultant (MDC) -
Two (2) months

In relation to the project brief and ‘scopebook’ described in 1.2.1., the


Consultant shall propose the required areas of consultancy for group of MDC
for the execution of Phase 3 which includes but not limited to the procurement
strategy & preparation of the ToR, evaluation strategy & criteria.

1.3. Phase 3 – Detail Design Meant for Build (12 months)

This phase focuses on the detail design for all systems and/or subsystem in relation to
the project through Conventional and/or Design and Build concepts. It is important that
all inter-relation between systems and subsystems to be thoroughly considered in
terms of their compatibility, interoperability and functionality. It is also important to
define and develop all the Performance Verification Matrix for the purpose of System
Test and ORAT.

The Consultant shall assist the Employer throughout the Tendering Works processes to
appoint the MDC which includes but not limited to:

1.3.1. Evaluating technical proposal by highlighting non-conformance of any of


the proposal against the performance specifications and design
drawings;
1.3.2. Review and finalizing the tender evaluation report before making
recommendation to the Employer;

12
Subsequently, during the Detail Design, Construction Plan, and Tender Contractor
stages, the Consultant shall act as a ‘Design Checker’ to ensure that deliverables from
the MDC are in accordance with design elements of the approved Master Plan.

1.4. Phase 4 – Construction and ORAT (18 – 36 months)

This phase consists of all the construction phases, segmentations and sequences
considering brown-field development plan. A holistic and thorough planning is required
as there may be several areas having development work at the same time. The
involvement of the Consultant during this phase is “as and when” required by the
Employer.

Figure 1: Overall Project Development Framework

2.0 GENERAL DESIGN REQUIREMENTS


The Consultant shall study MAHB and Subang Airport Regeneration vision and mission, to
incorporate design elements as part of the overall concept development.

2.1. The Consultant are free to demonstrate creativity to interpret airport planning related
user requirements into an effective space planning and cost efficient design;
2.2. The Consultant shall develop conceptual design for the Project by exploring
recommended and best practice, adoption of new technologies to enhance efficiency
and improving passenger experience, and creative solutions that meet project
objectives;
2.3. The Consultants shall design the terminal, airside and landside complying to the
requirements set by International Civil Aviation Organization (ICAO), Airport Council
International (ACI), International Air Transport Association (IATA), Department of Civil
Aviation Authority of Malaysia (CAAM), and other Malaysian authorities;
2.4. The design layout plan shall consider but not limited to:
▪ Efficient and cost-effective operations e.g. Shortest possible walking distance;
▪ Avoidance of passenger cross flows;
▪ All regulations for handling disabled person;
▪ Maximise commercial revenue vis-à-vis passenger flow;
▪ Sustainable and green building technology;
▪ Optimum construction technology and speed of construction; and

13
▪ Maximise flexibility use of terminal on the back of unpredictable future.
▪ Addressing all operational and physical issues identified in Phase 1a.

3.0 GENERAL SCOPE OF SERVICES FOR THE CONSULTANT


The Consultant shall be aware of the Employer’s objectives, scope and constraints for the Project. The
Consultant shall organize and attend workshops, meetings, and consultation with all relevant
stakeholders, whether on periodic or on ad-hoc basis. The Employer shall have the right to participate
in all project review meetings, access to project activities and associated documentation where work
is performed under the contract.

The Consultant shall comply with work procedures and requirements as practiced by the Employer
including working day and hour. The Consultant shall ensure that the documents submitted to the
Employer comply with the requirements and format required by the Employer.

The safety and well-being of the consultant’s personnel are solely the Consultant responsibility and
the Consultant shall indemnify the Employer for outgoings, losses or costs arising out of any claims or
actions made by such personnel for any reason whatsoever. The Consultant shall also provide and be
responsible for all necessary statutory contributions, payments and insurances relating to the
personnel and professional or statutory bodies in accordance to Malaysian Laws.

3.1. The general services to be provided by the Consultant shall include but not limited to:
3.1.1. Analyze and collection of data, conducting workshop, and engaging with all
airport stakeholders;
3.1.2. Facilitation for ideation processes and workshops to enhance participants
creativity and to develop conclusive ideas;
3.1.3. Preparing and refining the brief in consultation with the Employer and
interpreting the Employer’s objective for an agreed project brief;
3.1.4. Prepare concepts, approach, philosophies, assumptions, parameters and
calculation;
3.1.5. Physical planning – comprises of the overall design, layout and size;
3.1.6. Operational planning – all activities within the terminal building (human,
technology and systems in airport), as well as the overall functions and flows
3.1.7. Project activity scheduling and time analysis (critical path analysis);
3.1.8. To conduct management review and design challenge sessions with the
Employer.

3.2. List of decisions need to be made during the schematic and design level shall include but
not limited to:
3.2.1. Walking distances for various types of passengers;
3.2.2. Passenger delays in processing;
3.2.3. Occupancy levels and degree of congestion;
3.2.4. Aircraft manoeuvring delay and costs;
3.2.5. Aircraft fuel consumption – manoeuvring between runways and terminals;
3.2.6. Construction costs;
3.2.7. Administration, operating and maintenance costs;

3.3. The Consultant shall provide but not limited to all the details of:
3.3.1. Calculation, complete with the working steps;
3.3.2. Data and analysis;
3.3.3. Benchmarking, best practices and strategies;

14
3.3.4. Detail assumptions, justification, rationale, design philosophies and parameters
in a Working Documents.
3.4. The Consultant shall provide sufficient sets of hard copies documentation and soft copies for
the use of the Employers.
3.4.1. At least ten (10) sets of final report documentation in a form of A3 paper size
(coloured), hard cover, book binding, and matte/glossy paper
3.4.2. Presentation slides to the Board and other stakeholders including related
materials e.g. images, diagram, table in a format required by the Employer

4.0 PROJECT MANAGEMENT AND REVIEWS


The Consultant shall conduct reviews intended to provide visibility and control in the areas but not
limited to analysis, design development, project technical status and schedule progress. Action items
will be initiated, and the Contractor shall provide a simple system to ensure that actions raised are
cleared effectively. Actions will normally originate from meetings and reviews or may be raised at the
Employer’s request. Actions raised at meetings will be recorded in the minutes of the meetings. Any
subsequent disagreement with the acceptance of an action or change of actioner must be promptly
communicated to the Consultant and the Employer’s Project Managers. The Consultant and the
Employer’s Project Manager will be informed of the closing of an action or delay in completion with
the reason for such delay. Between the initiating and closure of actions, they will be retained in the
system and will be subject to updating at regular intervals to determine the action item status.

4.1. Monthly Management Review


4.1.1. The Consultant shall conduct management review meetings to present to the
Employer management a summary of progress and to identify any technical,
schedule or management problems.
4.2. Monthly Management Report
Progress reports shall be furnished prior to the Monthly Management Reviews and shall
include the following:
4.2.1. Executive summary including accomplishments for the period and program
master schedule;
4.2.2. Intermediate level schedules;
4.2.3. Discussion of major problems, meetings, critical events, and required the
Employee actions;
4.2.4. Program Controls: Schedule, Major Non-Conformance Report (NCR) Status,
Waivers, Deviation and Engineering Change Proposals Status, Invoice status,
Status of Contract changes.
4.3. Deliverables Reviews (Submission of Working/Final Documents)
4.3.1. The Consultant shall hold formal analysis, findings, and design reviews for the
submission of each Working/Final Documents and to provide a progressive
technical evaluation of the outcomes.
4.3.2. The Consultant shall make amendment and revision to the document based on
the deliberation, challenge or direction by the Employer.
4.3.3. By the end of the detailed design process, the design should dimensionally
correct and coordinated, describing all the main components of the building
and/or systems, and how they fit together with detail specifications and
estimation of the full cost of the project.
4.3.4. As part of the submission, the Consultant is required to assist the Employer in
preparation and presentation to the Board and other stakeholders for their
review and approval

15
PART III – CONSULTANT SCOPE OF SERVICES PHASE 1a

1.0 SCOPE OF WORKS FOR PHASE 1A


Phase 1a primary focusses are on the development of: 1) Overall Strategy Plan and Plan, 2) Master
Plan, and 3) Development Implementation Plan.

1.1. Overall Strategy Plan – Final Document 01


Subang Airport requires a comprehensive strategic plan that defines its future, complete
with formulation of a road map that guides the organization from its current state to its
vision. The development of airport strategy must account for the needs and priorities of
customers as the foundation on which the organization is built and will move into the
future.

The strategic plan shall provide focused statements that define the role of the airport to
achieve the long-term vision, which shall also be reflected in the Master Plan.

The strategy shall revise the current concepts for the terminal, airside and landside area of
the airport to provide the most effective allocation from all perspectives. The strategy shall
also provide an optimal planning with clear spatial and operational demarcation of City
Airport, Business Aviation, and Aerospace clusters.

This document shall extract summaries and key information from all the related working
documents to provide a cohesive and comprehensive plan.

1.2. Master Plan – Final Document 02


The Master Plan shall ensure that the facilities required to meet the vision of the airport
are identified and that space is reserved for siting of those facilities, as needed. The master
plan shall act as a framework of conceptual short, medium, and long-term facility
development requirements and strategy based on current and future conditions of the
airport, and the overall aviation industry outlook and/or trends. The master plan shall
provide guide to effectively serve the region’s future aviation needs and preserves the
flexibility to respond to the changing and dynamic aviation industry conditions.

1.2.1. The consultant shall review the previous Subang Airport masterplans
1.2.2. The master plan shall be developed comprehensively with sufficient detail
explanations and justifications for governing and regulatory bodies,
governments, stakeholders and public scrutiny.
1.2.3. The master plan shall incorporate analysis of current operational and physical
issues pertaining to the airport. These issues need to be addressed and engaged
in an optimal manner.
1.2.4. The master plan update shall be developed for thirty (30) years of forecast period.
1.2.5. The Consultant shall develop the most effective framework within which the
individual facilities can operate their functions at the highest possible levels of
efficiency and meeting with the Quality of Services (QoS) schemes and
requirements sets by Malaysia Aviation Commission (hereinafter referred to as
“MAVCOM”) as following:

o Passenger Comfort and Facilities


o Operator and Staff Facilities (Aerobridges and associated equipment)
o Queuing Time
o Passenger and Baggage Flow

16
1.3. Development Implementation Plan – Final Document 03
The Consultant shall develop Development Implementation Plan (DIP) in which translates
the recommended master plan into a series of projects until reached its ultimate capacity.
The DIP shall also comprise of Capital Investment Plan (CIP). Based on all the information
that is gathered, the implementation plan consolidates that information and identifies how
and when projects to be started and completed, and to evaluate interdependencies and
requirements between each of the project. The complexity of the plan depends on the
scope of work, size, and type of project needed for various plan elements.

The Consultant shall also include the business models and its complementary factors for
the proposed development at Subang Airport. This shall also provide financial analysis /
modelling for each scenario to validate the most viable scenario (cost and revenue
computation). DIP shall clearly outline the quick wins for the short term.

The Consultant shall produce a list of required and optional projects to achieve the future
view. The list of projects should be prioritized, recognize any dependencies and each
project should have approximate costs attached to aid decision makers in addressing each
project. It is imperative that efficiency considerations including new technology and
advancements in infrastructure to be incorporated in the findings.

Figure 2 below explains on the general framework for Phase 1a. In general, the plan considers four (4)
workstreams to be executed in parallel in order to deliver outcomes in timely manner. The framework
is meant to provide guidelines and serve to define the Employer’s expectations on the project
management and deliverables. Consultant may propose different framework and/or project
development strategy where necessary for the Employer approval.

Figure 2: Phase 1a Development Framework

2.0 Business Strategy – Working Document 1


Business Strategy shall provide sense of commitment and cohesiveness of the Employer’s team and
stakeholders which influence the execution of the mission in a manner consistent with the values of
the organization. The established objectives and strategies shall reflect inputs from the Employer,
airport users, and other stakeholders, ultimately forming the framework for identifying, evaluating,
and selecting a development plan consistent with the overall strategy.

17
The aims of Business Strategy shall include but not limited to the following:
• Includes the aspirations and ambitions of the Employer with respect to the airport
organization;
• As a guiding perspective and driving force of the organization decisions, actions, and
policies;
• Strategies and objectives for the growth or prosperity of the company (MAHB);
• Proactively mapping the future and developing a creative plan that will enable the
organization to reach its objectives in a dynamic environment;

For Subang Airport Regeneration, the high-level market and feasibility studies have been carried out
as highlighted in the Statement of Need section of which the initiative is envisioned to revitalise
Subang ecosystem to be positioned as a vibrant city airport, business aviation hub and complete
aerospace ecosystem. Therefore, from the list of studies below, the Consultant is expected to review,
validate, refine, and incorporate the strategic visioning as part of the overall airport masterplan
development.

• High-level benchmarking of global city airports and high-level assessment on the


overall dynamics of aviation activities
• High-level market study on business aviation industry and benchmarking of Subang
against other airports and business aviation hubs
• High-level market study of aerospace industry and development plan of aerospace
cluster for Subang Airport

In addition, Subang Airport is being considered as a potential hub for regional jets; an alternative to
the commercial turboprop fleet. This latest development shall be reflected and form part of the scope
of works below.

2.1. Global Scenarios, Technology and Trends


2.1.1. The Consultant shall conduct review and desktop analysis of global aviation
scenarios and evolving trends in aviation businesses including regional jet and
turboprop fleets. This shall also include research on airlines network development
and trends, fleet expansion plans and fleet order, investment and profitability
situation
2.1.2. The Consultant shall discuss on issues, problems and constraints concerning
aviation industry including but not limited to turboprop operation, new aviation
(e.g. regional jet) and the current non-schedule aircraft operation (e.g. rotary-wing,
general aviation, military air force and other agencies)
2.1.3. The Consultant shall conduct assessment on the potential gaps and impact of those
development.
2.2. The Consultant shall develop Business and Operational strategy in which shall include but
not limited to:
2.2.1. Airport strategic plan that sets the direction and defines generic and grand
strategies for short-term and long-term objectives; with clear differentiators vis-a-
vis KLIA
2.2.2. Strategies with the understanding of the internal and external factors that support
and drive the future of the airport to obtain the objectives;
2.2.3. Mission statements that provide the foundation toward a successful future of
Subang Airport Regeneration initiative

18
2.2.4. Objectives in which involve the translation of values set by the Vision and Mission
to specific performance targets. These objectives shall solidify the plans to achieve
targets;
2.2.5. Appropriate targets dependent on internal capabilities as well as the environment
in which it exists;
2.2.6. Level of performance to satisfy the customer and stakeholders;
2.2.7. Development planning road map on how the vision and objectives can be
accomplished; and
2.2.8. Business plan that identifies steps that must be implemented to move towards
realizing its vision. The business plan should be the department-level action plan
that guides the day-to-day implementation of the strategic plan’s specific
objectives.
2.2.9. Best-practice and benchmarking of city airport which might include areas such as
airport maintenance or environmental; airport operations impacted by technology
or new aircraft types; business aviation hub and aerospace park ecosystem; air
carrier composition on airport requirements; and aviation / non-aviation
commercial revenue enhancements.
Note: The Consultant shall propose site visits with Employer’s representatives at
least at three selected benchmark airports in one single trip of which the
arrangement shall be made by the Consultant. The associated costing should be
captured in the ‘Reimbursement Items’ forms supplied together with this ToR.
London City Airport and Seletar Aiport, Singapore are among the key benchmark
airports.
2.2.10. Runway optimization through alternatives on external relocation of non-schedule
activities
2.2.11. Alignment of airside planning with landside development e.g. connectivity,
surrounding development
2.2.12. Assessment of the environmental impacts associated with the preferred
development concept to identify significant areas of concern.
2.3. Development of Non-Aviation Activities
2.3.1. The Consultant shall address the best ‘fit’ to the passenger mix and flow, and the
retail lay-out with its necessary mix between international and local ambiance.

3.0 Operational Strategy – Working Document 2


Subang airport has a design capacity of 1.5 million passengers per annum but is currently handling 2.8
million passengers. Thus, expansion of terminal and upgrading of facilities is an imminent
requirement.

Correspondingly, the operational strategy may need to be revised to incorporate key features of the
city airport such as smart, digital, eco-friendly elements; in addition to ensuring feature of
convenience and quick turnaround towards realising the vision on Subang Airport Regeneration.

3.1. The new operational strategy may include:


3.1.1. Identification of strategic issues, development of generic and grand strategies, and
setting its long-and-short-term objectives throughout the Employer’s
organizational structure;
3.1.2. New operational procedure, guidelines and/or policies;

19
3.1.3. Future airfield system, terminal and associated support facilities for reasons (but
not limited to) stated below:
• To optimize and/or to leverage the terminals capacity;
• To optimize and/or to leverage the peak hour utilization;
• To optimize and/or to leverage the runway utilizations; and
• To optimize and/or to leverage and/or simplifying the airside traffic
movements.
3.1.4. Airport expansion concept with complete Pro’s, Con’s and Cost Benefit Analysis
and shall include but not limited to the following considerations
• Operational feasibility on alternative fleets
• Dual fleet operations, i.e. regional jet, turboprops
• Single fleet operations, i.e. regional jet
• Terminal capacity optimization to cater to regional jet fleet
3.2. Main planning aspects need to be taken for consideration shall include but not limited to:
3.2.1. Flexibility to cater for unknown future requirements;
3.2.2. Independent expansion of the facilities;
3.2.3. Concentration (and where possible integration) of related facilities.
3.2.4. Terminal capacity expansion;
3.2.5. FBO location e.g. centralised terminal for business aviation
3.2.6. Public transportation plans and traffic management;
3.2.7. Commercial potential;
3.2.8. Landside accessibility; and
3.2.9. Phasing of developments;

4.0 Operational Feasibility Study – Working Document 3


Consultant shall conduct operational feasibility study to decide the most suitable approach for Subang
Airport. Operational feasibility is the measure of how well a proposed system and/or concept solves
the problems and takes advantage of the opportunities.

The operational feasibility assessment shall also focus on the degree to which the proposed
development project fits in with the existing business environment and objectives with regard to
development schedule, delivery date, corporate culture and existing business processes.

Furthermore, the Consultant shall review the existing regulatory and policy framework pertaining to
the airport operations and deliberate on its issues and constraints. This shall include stakeholder’s
engagement with relevant authorities and agencies (e.g. MOT, CAAM, MAVCOM etc) to obtain
necessary feedback in view of proposed recommendations for Subang Airport Regeneration to
achieve its vision.

4.1. Following are the key regulatory and policy matters shall include but not limited to:

4.1.1. Runway capacity constraint/capped


4.1.2. Overlap of Subang and KLIA airspace; air traffic management
4.1.3. Mixed of rotary and fixed wing operations
4.1.4. Airside line of sight requirements and technology
4.1.5. Slot optimization of non-schedule movements
4.1.6. Airports charges and related policy matters
4.1.7. Cabotage policy for business aviation
4.1.8. Recognition of international standards for aircraft registration policy

20
4.2. Various techniques may be used to achieve the required level of operational analysis, such
as:
4.2.1. Value proposition and value chain analysis;
4.2.2. Activity based costing;
4.2.3. Benchmarking;
4.2.4. Business performance diagnostic;
4.2.5. Performance measurement methods and technique;
4.2.6. Cost Benefit Analysis;
4.2.7. Pro’s and Con’s
4.3. Study the impact of each strategies from the perspective of:
4.3.1. Operational complexity;
4.3.2. Difficulties on airlines rearrangement;
4.3.3. Feasibility on terminal reconfiguration and/or expansion;
4.3.4. Passenger segregation;
4.4. Evaluation criteria for each of the strategies shall include but not limited to:
4.4.1. Determine whether the operations strategy is internally consistent;
4.4.2. Check the different elements of the strategy to make sure they match and
reinforce each other;
4.4.3. Evaluate the operations strategy in terms of external consonance;
4.4.4. Look for business advantages - Whether the strategy creates any new competitive
advantages or whether it leverages existing unique qualities to increase
differentiation strategy.

5.0 Aviation Activity Forecast – Working Document 04


Aviation activity can be shaped by factors, including existing airport facilities, location of the airport
relative to other airports, price and convenience of air services, or costs associated with
fueling/aircraft storage. Off-airport factors may include regional or local socioeconomic characteristics
of an airport’s surrounding community, business activity, or desirability of the community as a tourism
or business hub.

Currently, Subang Airport has mix-usage with operations of commercial turboprop aircraft,
private/business jets, helicopter operations, general aviation, military and agencies. Hence the
forecast will need to take into account all these areas for holistic view for prioritisation.

Aviation activity at Subang Airport may have a significant short or long-term fluctuation. Hence, it is
imperative that the forecasts to be developed incorporating data beyond historical activity in
capturing such fluctuations and to identify potential trends that may affect the airport. The forecasts
shall reflect market-driven demand for air service and are therefore considered “unconstrained”. The
forecasts will be used to test the capacity of the current facilities and determine how much activity
the airport can accommodate.

Future activity levels shall be projected for annual passengers (Domestic, International schedule and
charter), Aircraft Transport Movements, gate positions and any constraint/limitations of air traffic
movement. In addition, peak period (monthly, daily, and hourly) forecasts shall also be prepared to
guide the planning process.

5.1. Historical Aviation Activity


The Consultant shall build context for the forecast based on Subang Airport’s role in terms
of serving aviation demand, historical activity levels, and current international and domestic
passenger air service. Analysis of historical data shall provide understanding on factors which
have either caused traffic to increase or decrease and how they may change in the future.

21
Documentation of current and historical aviation activity levels shall provide context for
airport facilities and identifies local, regional, and national aviation trends.

The Consultant shall review forecasts developed by the Employer as to understand valuable
context, especially from a historical perspective that can lend insight into what has driven
change.

The analysis shall include but not limited to:


5.1.1. Passenger Volumes;
5.1.2. Airline Market Share;
5.1.3. Transfer Traffic;
5.1.4. Scheduled Passenger Air Service;
5.1.5. Air Cargo;
5.1.6. Aircraft Transport Movement (ATMs)
5.1.7. General Aviation/Business Aviation trends

Note: The forecasts for Subang Airport shall incorporate the following considerations:

• Existing policy of only turboprop operations for commercial aviation,


• Review of the demand forecast of the business jets for general aviation from the
existing studies
• Defence and military aircraft, and other general aviation players (i.e. training
providers, flying schools)

5.2. Socioeconomic Data


The Consultant shall include Socio-economic data and detail information with regards to the
market served. The data shall aim to:
5.2.1. Ascertain the nature of the community and market;
5.2.2. Provide specific inputs for the preparation of aviation demand forecasts, (including
regional jet, business/general aviation), particularly econometric demand models;
5.2.3. Provide thorough understanding of an airport’s local community, to assist for short
and long-term planning efforts.

5.3. Future Scenarios


The Consultant shall develop Five (5) future scenarios to demonstrate potential
demand/growth in accordance to segments of Commercial and Business/General Aviation
at Subang Airport. Those scenarios shall be vetted through with the Employer and/or related
airport stakeholders for approval. Selection of forecast scenario, shall consider including but
not limited to the following:
5.3.1. The most aggressive, in which may result to the highest volume of traffic, as to
ensures ability to accommodate facilities needed to process at its ultimate
capacity;
5.3.2. Incorporates the most complete range of assumptions that could positively affect
air traffic volumes; and
5.3.3. Conduct a situational analysis of the current and future airport including physical
and economic attributes;
5.3.4. Relocation of some of the activities to other airports to capitalise on the
advantages of Subang Airport
5.3.5. Potential for new regional aircraft being used for commercial aviation by airliners
as compared to current turboprop operation

22
5.4. Peak Period Forecast
The traffic demand patterns imposed upon Subang Airport are subject to seasonal, monthly,
daily, and hourly variations. Peaking characteristics are critical in the assessment of existing
facilities and airfield components to determine their ability to accommodate forecast
increases in passenger and operational activity throughout the forecast period.
Elements impacting on the peak period forecast shall include but not limited to the following
factors:
5.4.1. Seasonal passenger travel patterns;
5.4.2. Specific annual or one-time events;
5.4.3. Part-time or seasonal airline service;
5.4.4. Airline schedule or equipment changes;
5.4.5. Favourable weather conditions;
5.4.6. Seasonal agriculture activity; Aerial operator activity;
5.4.7. Peak month enplanement and operations activity;
5.4.8. Average daily activity in the peak month (PMAD); and
5.4.9. Peak hourly activity on PMAD

5.5. Identifying Forecast Elements


The Consultant shall determine data/elements needed to prepare the forecasts and identify
potential and obtainable data sources relates to the scenarios, and to compile the
information for both historical and forecast periods. The forecast elements shall include but
not limited to:

5.5.1. Aircraft Operations


• Number of based aircraft and fleet mix;
• Local demographics and national economic;
• Aviation-related trends;
• Proximity to other airports;
• Capability and condition of facilities;
• FBO activity;
• Business needs;
• Local/Itinerant Operations;
• Overall Operational Fleet Mix;
• Critical Aircraft type; and
• Existing and projected annual operations.
• Plans by airliners to utilise regional jets (stakeholder engagements)

5.5.2. Passenger Enplanements - Passenger activity at a specific airport can be influenced


by many factors such as population of the local market, proximity to other airports,
cost of airfares, and route destinations and frequencies, to name a few. Other
element to be considered but not limited to the following:
▪ Air Carrier/Commuter/Air Taxi;
▪ Originating/Connecting;
▪ Domestic/International;
▪ Average Load Factor

5.5.3. Economic Base for Air Travel - The intrinsic links between the level of aviation
activity and economic growth should be well documented. Growth in population,

23
income, and tourism activity typically lead to increased demand for air travel both
for business and leisure purposes. An individual’s demand for air travel is often
referred to as “underlying demand”, where the decision to fly directly correlates
to the air service prices.

The Consultant shall include key economic drivers for air travel to and from Subang
Airport, including population, gross domestic product, labor force, economic
diversification, tourism, and the purchasing power parity (PPP) data for
comparisons of economic strength and well-being between countries.
5.5.4. Air Cargo - Mainly belly freight carriers and other related air cargo considerations.
(Note: Direction from Ministry of Transport is for air cargo operations to be
focussed in KLIA and existing cargo players to move from Subang to KLIA)
5.5.5. Other items (where appropriate) include but not limited to:
• Aircraft Fuel Sales
• Average Seats per Aircraft
• Fuel farm
• Daytime/Night-time Operations
• Instrument Operations/Visual Operations
• Tie down
• Helicopter Operations
• Auto parking, Touch and Go Operations
• Air Cargo Operations and Tonnage

6.0 Facility Needs Assessment and Requirements – Working Document 05


The Consultant shall establish design parameters for Subang Airport development scheme to cater the
capacity up to 10 years horizon upon completion of the project. Facility requirements involve the
analysis of what additional facilities would be required beyond the existing airport infrastructure to
accommodate forecasted aviation activity as well as to meet federal, state and local regulations,
design standards, incorporate impacts of emerging trends and stakeholder input.

The Consultant shall determine sufficiency of existing airport terminal, airfield and landside facilities
to meet demand or if changes/relocation of these facilities are needed. Facilities must accommodate
passengers and aircraft types that are forecasted to operate. The Consultant shall also assess the
capacity of existing cargo processing facilities and with the direction from Ministry of Transport for air
cargo operations to move to KLIA, determine future requirements for building, aircraft parking aprons,
and ground access facilities. The overall facility planning, and sizing requirements shall include but not
limited to the following elements:

6.1. Emerging Trends (such as):


6.1.1. Regional Jets Aircraft
6.1.2. Dual Commercial Operations (i.e. Turboprop & Regional Jets)
6.1.3. Private Jets and Charter operations
6.1.4. Sustainability, NextGen, Economics;
6.1.5. Personal Use of Technology;
6.1.6. Total Airport Experience and Airport 4.0;
6.1.7. Emergency Planning;
6.1.8. Regional Access/Multi-modal;

24
6.1.9. Unmanned Aircraft Systems and/or new aircraft technology; and
6.1.10. New transportations ideas/technology;
6.1.11. Short/hybrid taxiways

6.2. Review of Traffic Forecast Data


6.2.1. Number of passengers on a busy day in various categories such as domestic,
international, arrivals, departures, etc;
6.2.2. Number of passengers in busy hours in various categories such as originating/
terminating/ transfer/ transit, by market, by carriers, by residents/ non-residents;
6.2.3. Number of aircraft movements by aircraft size and market on a busy day and in
busy hours;
6.2.4. Number of aircraft stands required in the peak hour by aircraft size.

6.3. Estimation of airport visitors, population & landside traffic


6.3.1. Estimate of visitor ratios per passenger, i.e. domestic & international departures
as well as domestic & international arrivals, which will be estimated based on the
peak hours;
6.3.2. Number of employees to determine offices, utilities, maintenance team, etc;
6.3.3. Average number of passenger per vehicle of two-way traffic for private cars, taxis,
buses, trains, etc.

6.4. Airfield Demand/Capacity and Requirements


6.4.1. A measure of maximum sustainable throughput;
6.4.2. The number of aircraft operations that can be accommodated with a specific
maximum average delay;
6.4.3. Available airfield system and a range of airport characteristics including the types
and numbers of aircraft operations.
6.4.4. Airport Capacity and Delay – describes how to determine Annual Service Volume
(ASV) and use that value to reasonably estimate the airport’s annual maximum
capacity, accounting for annual changes in weather, runway use, aircraft fleet
mix, and other conditions;
6.4.5. Hourly airfield capacity – the maximum number of aircraft operations that can
take place at the airport in one hour, which is used in evaluating peak activity and
is critical to the overall success of an airport;
6.4.6. Fleet mix and annual operations to determine capacity;
6.4.7. Design Aircraft/ Aerodrome Reference Code; and
6.4.8. Airport Design Standards.

6.5. Runway Requirements and Capacity


6.5.1. Existing Airfield Configuration;
6.5.2. Aircraft Separation Requirements and Characteristics;
6.5.3. Meteorological Conditions;
6.5.4. Runway Length Requirements;
6.5.5. Hourly Runway Capacity;
6.5.6. Annual Airfield Demand and Capacity;
6.5.7. Estimated Airfield Passenger Capacity;
6.5.8. Orientation, Length and Width, Lighting, Markings, NAVAIDS;
6.5.9. Pavement Strength and Maintenance;

25
6.6. Taxiway Requirements and Capacity - The Consultant shall review and design the overall
taxiway system to ensure there will be no “hot spots” that could lead to runway incursions
and adequate access is provided to all areas. All airfield movement, including aircraft,
pedestrians, and vehicles, must be analyze.
6.6.1. Eliminate “judgmental oversteering” to allow pilots to use a consistent taxi
method throughout the airport;
6.6.2. Design taxiways so nose gear steering angle is no more than 50 degrees;
6.6.3. Simplify taxiway intersections by ensuring pilots do not have more than 3 options
at any intersection;
6.6.4. Design turns to be 90 degrees when possible to increase visibility;
6.6.5. Reduce possibilities of runway incursions by avoiding non-recommended taxiway
designs, wide expanses of pavement, and “dual-purpose” pavement; and limiting
runway crossings and direct access without turns from an apron to a runway;
6.6.6. Runway Exit Analysis;
6.6.7. Design Day Flight Schedule Development; and Departure Queue Modelling

6.7. Commercial and Business/General Aviation Terminal Planning, Sizing and Configuration (not
limited to):
6.7.1. Commercial Aviation Terminal: Modern City Airport Terminal with fast access
(e.g. <20mins) to the aircraft incorporating elements of convenience,
sustainability, security and fast Turnaround Time & On-time performance
6.7.2. Alternative consideration for another separate Business/General Aviation: e.g.
Centralised CIQ for business aviation, FBO operators (i.e. single, multiple, ideal
number for the aircraft movement), privacy, and security

Both Commercial and Business/General Aviation Terminal


6.7.3. Sufficiency and requirements for M&E; electrical/energy; water supply;
6.7.4. Sufficiency and requirements for air-conditioning/chilled water;
6.7.5. Sufficiency and requirements for structural load; and
6.7.6. Sufficiency and requirements for parking facilities.

6.8. Airside planning parameters - Applied over all areas where the datum aircraft will
manoeuvre, i.e. runways and taxiways.
6.8.1. Aircraft stand size classification
6.8.2. Stand demand and distribution
6.8.3. Airside roads - Airside road traffic consists of the vehicles required to load,
unload, provision and service arriving and departing aircraft. The road network
shall plan to provide rapid and safe access for vehicles, free of conflict with
aircraft, between terminal, apron and support areas.
6.8.4. Airside/ Terminal interfaces - Airside planning interfaces with terminal building
at the aircraft stands ranged around the piers, involving relationship between
building face locations and floor levels, airbridge geometry, airside road and
equipment parking requirements and pavement gradients.
6.8.5. Navigational Aids - ILS, MLS and GPS critical and sensitive area definitions are
taken from ICAO Annex 10 and combined where appropriate to ensure
conservative safeguarding for existing and future systems.

26
6.8.6. Codes & Standards - In addition to the guidance on physical characteristics of
aerodromes and other issues covered by Annex 14, and other ICAO documents
relevance to this master plan and future design, such as:
6.8.6.1. Aerodrome Design Manuals;
6.8.6.2. Airport Planning Manuals;
6.8.6.3. Airport Services Manuals.

6.8.7. Airport related facilities shall include but limited to:


6.8.7.1. Building size and land plot size;
6.8.7.2. Cargo processing and regulatory requirements;
6.8.7.3. Human comfort level; heat comfort level and lighting;
6.8.7.4. Airport operator management and operational policies and
performance targets;
6.8.7.5. End user management and operational policies and performance
targets;
6.8.7.6. Energy efficiency and life cycle cost;
6.8.7.7. Airport and aviation safety and security requirement as
recommended by ICAO and domestic policies;
6.8.7.8. Land area and building plot size for expansion;
6.8.7.9. Impact of airport and aviation technology and ICT; and
6.8.7.10. Baggage Handling System (BHS) and Passenger Boarding Bridges (PBB)
will be reviewed.

6.8.8. Automobile Traffic (Landside Transportation)


6.8.8.1. Understanding traffic volumes that access an airport assists with
landside planning components such as parking lots, terminal curb-
front, and access roads. Road system connecting to the airport (Jalan
Lapangan Terbang). Current road quality, level of service, upgrades
needed, proposed improvements.
6.8.8.2. The Consultant shall compare existing traffic volumes and patterns,
and provides comprehensive explanation on the impact and possible
airport improvement projects and/or solutions for landside planning
throughout the forecast period.

6.8.9. Inventories of airport infrastructure and support utilities for functional efficiency
of airport operations and management, including:
6.8.9.1. Electricity, energy saving and water supply;
6.8.9.2. Communications;
6.8.9.3. Management, minimization and recycling sewerage and waste;
6.8.9.4. Surface water pollution and flooding control; that includes but not
limited to current drainage system in the airport on its totality (airside
and landside) that includes rain water downpipes system, open
drains, covered drains, culverts, undergrounds waterways, surface
runoff management system.
6.8.9.5. Roads networks, traffics and transportation facilities;
6.8.9.6. Fire protection;
6.8.9.7. Traffic control and surveillance system;

27
6.8.9.8. Environmental control system including sound barrier and aircraft
emissions monitoring system;

6.8.10. Other Topics


6.8.10.1. Air Traffic Control Tower (ATC);
6.8.10.2. Air Cargo;
6.8.10.3. Maintenance and Rehabilitation of Facilities;
6.8.10.4. Surplus Property;
6.8.10.5. Utilities (water, electrical power, sewerage);
6.8.10.6. Through-the-Fence (TTF) Operations; and
6.8.10.7. Safety Management System (SMS).
6.8.10.8. Airport and Aviation Technologies - Introduction of new
technologies on existing airports may enhance the handling
capacity, safety, security, comfort or simply, operation cost
efficiency. The consultant shall provide but not limited to the
following:
6.8.10.9. Provide an overview of new technologies that are currently on the
market and are applied at airports (including City Airport and
Business Aviation focussed airports);
6.8.10.10. Conduct a study on future technologies, that look suitable for
application;
6.8.10.11. Evaluate the best technologies to be taken into account in the
Master Planning;
6.8.10.12. Study the technological impact with regards to handling capacity,
security, safety, comfort and cost efficiency (notably of staffing and
space occupancy); and
6.8.10.13. Plan the implementation of the new technology in the overall
phasing schedule of the Master Plan.
6.8.10.14. Aircraft support services for future Aircraft - Future aircraft may
require different support services than today’s aircraft; such as
different modes for ground power, pre-conditioned air and sanitary
services.
6.8.10.15. Security - Security entails the complex of provisions, supporting
systems and operational measures to achieve a defined level of
security, on the airport site, the buildings and the aircraft. New
technologies may include but not limited to:
• Screening technology for people, baggage and freight
• passenger and staff identification by biometric screening
• passenger, staff and bag tracing
• baggage reconciliation
6.8.10.16. Energy Technology - Major renewals can be expected in Energy
Technology. New technologies relate to the conservation of energy
and other sources of energy.
6.8.10.17. Air Traffic Control - Air Traffic Control entails Area Control, Approach
Control and Tower Control. Tower control entails arrival and
departure control and ground control.
• Impact of current constraints

28
• Implementation of new technology and new systems
• Impact analysis of new technology on scenario basis (i.e.
current as-is airport set-up, future proposed airport set-
up)

7.0 Development of Alternatives – Working Document 06


As there is typically more than one solution available, the alternatives must be evaluated to arrive at
the most appropriate development recommendation. The goal of analyzing alternatives is to identify
and evaluate alternatives that best meet the current and future needs of all airport users and/or
stakeholders as well as keeping within the strategic visions of Subang Airport.

7.1. Identifying Alternatives


7.1.1. A primary consideration in identifying alternatives is ensuring that they are aligned
with the airport’s goals, including serving demand and meeting design standards.
When identifying alternatives, it is prudent to only consider those that address
facility requirements and can be implemented.
7.2. Characteristics of appropriate alternatives include:
7.2.1. Have a base case (existing condition) to compare;
7.2.2. Address the deficiency and add value to the airport;
7.2.3. Are based on technical knowledge and research;
7.2.4. Able to be compared by the criteria;
7.2.5. Have input or review from multiple stakeholders;
7.2.6. Are clearly defined;
7.3. The Consultant shall provide documentation including the justification for recommending
or eliminating each alternative.

8.0 Existing Condition – Working Document 7

The Consultant shall identify airside, landside, and surrounding existing airport facilities and their
conditions, and then, to evaluate the existing facility characteristics against the aviation activity
forecast to project future building sizes and sites based on airport growth and facility
improvement needs.

It is also essential that the Consultant take into consideration the on-going and upcoming
developments around the airport, both airside and landside. This is to ensure that the eventual
masterplan captures all developments holistically.

The Consultant shall conduct thorough inventory of existing airport conditions with complete
descriptions to establish the baseline for the study’s analysis and recommendations. The inventory
shall include but not limited to the following:

8.1. Airfield
Functional use and geometry of runways, taxiways, holding aprons, lighting, marking,
signage, navigational aids, visual approach aids, instrument approaches, meteorological
condition, surface obstructions, and airfield safety areas.

29
The airfield data should be sufficient to understand how the existing facilities are
accommodating activity from the length and width of the runway to its surface and strength,
and any supporting facilities that determine which types of aircraft can utilize the airport.

Weather conditions (wind direction and speed, cloud ceiling, and visibility). Weather
conditions are important as runways’ wind coverage adequacy shall be identified in the
Facility Requirements portion of a Master Plan.

8.2. Commercial Passenger Terminal Facilities


Building space by functional use and size (area and linear). Ticketing/check-in areas,
passenger terminal curb front, restaurants and concessions, hold rooms, circulation,
passenger screening, and baggage screening/handling areas.

8.3. General Aviation Facilities


Quantity and type of aircraft storage hangars, transient aircraft parking aprons, tie-down
positions, GA terminal facilities, aircraft parking aprons, fixed-based operators (FBOs),
maintenance, repair, and overhaul (MRO) facilities, flight schools, pilot shops, and number
and mix of stored based aircraft fleet.

Information regarding building locations, sizes, and functions should be collected, as well as
any information on the dimensions and capacity of the apron areas.

8.4. Air Cargo Facilities


Facility operators, quantity, and area of air cargo buildings and aircraft parking aprons.

8.5. Access, Circulation, and Auto Parking


Quantity and type of ground access systems (access roads, circulation and service roads, and
parking and curb space). Road system to and fro the airport. Current road quality, level of
service, upgrades needed, proposed improvements. Information on public transportation
and rental car facilities and activity, as well as shuttles that routinely use the airport to service
offsite rental cars or parking hotels, or other services.

8.6. Support Facilities


Air Traffic Control (ATC) Facility, Airport Fuel Facilities, Airport Maintenance Facilities, Airport
Offices, Airport Operations Facilities, Catering Facilities, Ground Service Equipment (GSE)
Facilities, Rescue Fire Services (RFS) Facilities, Meteorological Facilities, Security Facilities,
Military Facilities, Vacant Buildings, and Other Airport Facilities.

8.7. Utilities
Description of major infrastructure elements (water, sanitary sewer, communications,
heating and cooling, and power). Storm-water (flooding) drainage and industrial waste
disposal systems should also be included as appropriate.

8.8. Landside Developments


Aerospace facilities i.e. manufacturing facilities, MRO, training facilities, helicopter services,
commercial, retail, amenities and relevant surrounding developments.

30
8.9. Detailed facility information shall focus on three (3) general topics (as a minimum)
• Facility identification, function and location;
• Building and site size; and
• Utilization rate or percentages.

The Working Document 7 is to be presented in a manner that separates City Airport, Business Aviation
and maintenance, repair, and overhaul (MRO/Aero). Each section can and should be able to be read
and addressed independently but in a total development manner.

9.0 Site Evaluation – Working Document 8


A geotechnical investigation / Soil Investigation Report will include surface exploration and subsurface
exploration of a site to obtain information on the physical properties of soil and rock for earthworks
and foundations design, propose structures, and repair of distress to earthworks and structures
caused by subsurface conditions.

The consultant shall perform site background review of data such as geologic mapping and aerial
photographs, as well as field services such as utility clearance, coordination with site representatives,
logging of borings and collecting soil samples for laboratory analysis. The consultant shall prepare soil
reports and make appropriate geotechnical recommendations for foundations, slabs, pavements, etc.

The Consultant scope of services shall include but not limited to:

9.1. Conduct a preliminary geotechnical investigation designed to accomplish but not limited to
the following objectives:
9.1.1. Characterize the variability, depth, aerial extent and engineering properties of
on-site soils and other overburden deposits;
9.1.2. Inventory soils and other overburden deposits suitable for use in construction,
and identify the proposed use for these materials;
9.1.3. Identify geotechnical considerations (such as settlement and slope stability)
which must be addressed in the engineering design and/or further characterized
by more detail geotechnical assessment;
9.1.4. Develop a work plan for conducting detail geotechnical investigations, as
necessary, to adequately characterize on-site soils and other geotechnical
considerations.

9.2. Evaluate the site to identify and characterize any unstable conditions that could adversely
impact facility structures, and to obtain sufficient data to plan for more detailed study. To
determine if an area is stable, the Consultant shall evaluate but not limited to the following
factors:
9.2.1. Weak and unstable foundation materials including soils, overburden, existing
solid waste, peat deposits or other materials subject to excessive settlement;
9.2.2. Active slope failure;
9.2.3. Soils that may fail with a small increase in pore pressure or shear stress, or a small
decrease in shear strength;
9.2.4. Signs of pre-existing slope failure or slope failure in geologically similar material
near the site;
9.2.5. Any other features that indicate the site is susceptible to instability;
9.2.6. Potentially unstable natural slopes and other on-site areas that could be
destabilized by construction activities such as excavation, regrading or other site
modifications;

31
9.2.7. Stability of the landfill foundation considering site-specific topographic and
geologic conditions, static and dynamic loads, pore-water pressures at the
subgrade-liner interface, and any other relevant factors; and
9.2.8. Compressibility of underlying geologic units and potential settlement of the
landfill unit. Estimate total and differential settlement based on appropriate field
and laboratory methods and design parameters;

9.3. The Consultant shall document the results of the geotechnical investigations and present the
findings in Characterization report. The report shall include but not limited to:
9.3.1. Identify any geotechnical considerations that require additional investigation or
analysis prior to detailed design and construction of landfill structures.
9.3.2. As needed, confirm the engineering properties of on-site soil and rock materials
that will be impacted by or used for landfill construction and operation activities.

10.0 Technical Feasibility Study – Working Document 09

Technical Feasibility Study is an assessment of the practicality of a proposed project and evaluates the
project’s potential for success; therefore, perceived objectivity is an important factor in the credibility
of the study. A project feasibility study is a comprehensive report that examines in detail the five
frames of analysis of a given project. The five frames of analysis are: 1) Definition; 2) Contextual risks;
3) Potentiality; 4) Parametric; and 5) Dominant and contingency strategies.

It also takes into consideration its four Ps. The four Ps are traditionally defined as Plan, Processes,
People, and Power. The risks are considered to be external to the project and are divided in eight (8)
categories: (Plan) financial and organizational (e.g. government structure for a private project);
(Processes) environmental and technological; (People) marketing and sociocultural; and (Power) legal
and political. The feasibility study shall also consider Points of Vulnerability’s in which it differs from
risks in the sense that they are internal to the project and can be controlled or else eliminated. The
constraints are the standard constraints of calendar, costs and norms of quality that can each be
objectively determined and measured along the entire project lifecycle.

10.1. The following should be taken for consideration in the feasibility report but not limited to:
10.1.1. A brief description of the business to assess more possible factors which could
affect the study
10.1.2. The part of the business being examined
10.1.3. The human and economic factor
10.1.4. The possible solutions to the problem

10.2. The technical feasibility assessment is focused on gaining an understanding of the present
technical resources of the organization and their applicability to the expected needs of the
projects in which shall include but not limited to:
10.2.1. Determination of tools and equipment needed for the project;
10.2.2. Determination of projects’ requirements of constructions such as buildings,
storage, and road etc. in addition to internal designs for these requirements;
10.2.3. Determination of projects’ requirements of skilled and unskilled labor and
managerial and financial labor;
10.2.4. Determination of construction period concerning the costs of designs and
consultations and the costs of constructions and other tools;
10.2.5. Determination of minimum storage of inputs, cash money to cope with operating
and contingency costs;

32
10.3. Specific viability criteria, appropriate for the type of infrastructure and the corresponding
services, should be used. Those criteria should address, at least, the following issues:
10.3.1. Does the infrastructure design meet the need specified during the identification
phase?
10.3.2. Are the engineering and architectural requirements of the project achievable? If
so, are they achievable at a price comparable with similar infrastructure?
10.3.3. Is the proposed technology (if a specific technology is being proposed, this may
not always be the best approach as it may constrain innovation) proven or can
the associated risks be properly managed or allocated?
10.3.4. Does the technical description of the project avoid, as far as possible, significant
geo-technical risks? Does it avoid other unbearable technical risks?
10.3.5. Is there a complete assessment of geo-technical conditions (that showed the
technical potential of the required construction on the site) that can affect the
project, in terms of costs and time? It should be an assessment for all greenfield
projects.
10.3.6. Is the scope of service viable from a regulatory perspective?
10.3.7. Can the service be specified in terms of outputs? If so, can the service be
measured adequately though performance indicators? And
10.3.8. Can the main technological changes in the service delivery be satisfactorily
estimated?

10.4. Structural Analysis - Structural analysis is the determination of the effects of loads physical
structures and their components through computation of structure’s deformations,
internal forces, stresses, support reactions, accelerations, and stability. The results of the
analysis are used to verify a structure’s fitness for use.
10.4.1. The Consultant shall conduct structural analysis on all expansion and
optimization plan in which requires and/or involving existing infrastructure.
10.4.2. The Consultant shall ensure the constructability on all proposed schemes or
development plan. The analysis shall include but not limited to:
10.4.2.1. Structural integrity - Ability of a structure to withstand its intended
loading without failing due to fracture, deformation, or fatigue.
10.4.2.2. Robustness - Ability of a structure to withstand events like fire,
explosions, impact or the consequences of human error, without
being damaged to an extent disproportionate to the original cause.
10.4.2.3. Permissible stress design or allowable stress design – to ensure that
the stresses developed in a structure due to service loads do not
exceed the elastic limit. This limit is usually determined by ensuring
that stresses remain within the limits through the use of factors of
safety.
10.4.2.4. Limit State Design (LSD) also known as load and resistance factor
design, refers to a design method used in structural engineering. A
limit state is a condition of a structure beyond which it no longer
fulfils the relevant design criteria. The condition may refer to a
degree of loading or other actions on the structure, while the criteria
refer to structural integrity, fitness for use, durability or other design
requirements. A structure designed by LSD is proportioned to
sustain all actions likely to occur during its design life, and to remain
fit for use, with an appropriate level of reliability for each limit state.

33
11.0 Evaluation of Alternatives – Working Document 10

As with all steps of developing alternatives, the evaluation must be tailored to the airport to ensure
the goals are met while still following general accepted planning practices. A set list of selection
criteria or influencing factors in which align with Subang Airport Regeneration visions shall be
identified to help evaluate and select the recommended plan. The evaluation criteria should be
discussed early in the process and should consider criteria that help differentiate between
alternatives. Criteria are usually explained in the documentation and the evaluation scoring results
are summarized and clearly presented in a matrix.

11.1. Categories of criteria shall include but not limited to:


11.1.1. Operational Performance - An airport’s functionality as a system including
capacity, capability, and efficiency.
11.1.2. Best Planning Tenets and Other Factors - The relative pros and cons or
attributes and constraints of the alternative such as safety, design standards,
and flexibility.
11.1.3. Ecosystem – Synergistic development with spatial and operational demarcation
of city airport, business aviation hub, aerospace ecosystem
11.1.4. Environmental Factors - Potential environmental impacts of each alternative.
11.1.5. Fiscal Factors – Cost estimates, preliminary financial feasibility, return on
investment (ROI) analysis, or benefit/cost analysis (BCA).
11.1.6. Safety – Improving the airfield while meeting Federal, state, and local
standards, recommendations, priorities, and grant assurances.
11.1.7. Consistency – Confirming development plan is in line with overall airport goals,
activity forecasts, or compatible land use.
11.1.8. Economics – Reasonableness of cost and ability to fund
11.1.9. Flexibility – Meet short-term needs while remaining flexible for the long-term.
11.1.10. Engineering – Considering constraints and feasibility of the design and
construction of the project.
11.1.11. Public – Input and agreement from the public and other stakeholders.
11.1.12. Access – Ensuring the development is accessible to users.
11.1.13. Airspace – Does not impact or improves the airspace surfaces.
11.1.14. Sustainable – Project aligns with sustainability goals.

11.2. Selecting Recommended Alternative


11.2.1. An alternatives analysis along with any justifying documentation should be
presented to the Employer and stakeholders for input before selecting the final
recommended alternative for both primary and secondary elements. This shall
be done through a minimum of three (3) workshops co-ordinated and run by
the Consultant
11.2.2. It is critical to ensure study participants, including the public, can understand
the process employed to identify and evaluate the alternatives and how the
recommended alternatives were selected.
11.2.3. The level of complexity in determining the recommended plan and compiling
the alternatives into a recommended plan shall be sufficient to develop
understanding and transparency on the decision-making processes.
11.2.4. Depending on the airport and number of elements evaluated in the alternatives
analysis, the recommended alternative may require combining various
elements into a single recommended plan.

34
12.0 Business and Operational Action Plan – Working Document 11

Development of Subang Airport towards its ultimate capacity requires a long period of time.
Throughout the development phases, a lot of areas on airport operation and its strategy will be
impacted. It is extremely crucial that the operational team is well prepared with required
competencies in creating a conducive environment for development. Business and Operational Action
Plan shall integrate and aligned with: 1) Business and Operational Strategy, 2) Master Plan, and 3)
Development Implementation Plan.

12.1. The Consultant shall develop an action plan that is valid until Subang Airport reach its
ultimate capacity. The action plan shall consider and highlights important areas from both
resources and systems perspectives but not limited to:
12.1.1. Operational requirement;
12.1.2. Operational complexity;
12.1.3. Operational risk;

12.2. The Consultant shall provide a detail plan throughout the construction phases in which
shall include but not limited to:
12.2.1. The required temporary solution;
12.2.2. Detail operational, resources and development/training plan;
12.2.3. Coordination requirement, policies and procedures;

13.0 Airport Layout Plan (ALP) – Working Document 12


The ALP shall graphically illustrate the existing airport infrastructure and proposed projects in a series
of sheets or drawings and shall act as the guiding development document for Subang Airport. The ALP
set shall include but not limited to:

13.1. Cover Sheet and Drawing Index- Shall provide basic details such as the airport name,
sponsor, location, and signature blocks
13.2. Airport Layout Plan - Shall illustrate all existing airside and landside facilities and design
standards corresponding with the master planning findings. Future development may be
shown by phasing
13.3. Data Sheet - To allow for a larger scale and reduce the complexity of the ALP sheet, the
standard data tables should be placed on a separated sheet from the existing and future
ALP sheets. Standard tables include the runway data, airport data, wind roses and
coverage, modifications to standards, building inventory, runway protection zone
dimension, and declared distances, if applicable.
13.4. Airport Airspace Drawing - The airspace sheet is required to show the plan view of the
surfaces in its entirety for the ultimate airfield. Surfaces include horizontal, conical,
transitional, primary and approach. Obstructions are identified and listed by type,
penetration to the surface in feet, and recommended action or disposition of the
obstruction.
13.5. Inner Portion of the Approach Surface Drawings
13.5.1. The inner approach surface sheets contain the plan and profile views of the inner
portion of the approach surface to each runway end along with the penetrations
based on the analysis.

35
13.5.2. Penetrations are identified by location along with type, penetration to the
approach surface in feet, and recommended action. Other surfaces may be
included as applicable such as the threshold siting surface (TTX), glideslope
qualification surface (GQS).

13.6. Runway Departure Surface Drawings - The runway departure surface sheet(s) depicts the
applicable departure surfaces for runway end(s) designated for instrument departure.
Penetrations are identified by location along with type, penetration to the appropriate
departure surface in feet, and recommended action.
13.7. Property Map - The property map sheet depicts the control and history of the existing
airport and plans for future land acquisition (if required).
13.8. Land Use - The land use sheet may be split into on and off airport, as necessary, depending
on the level of detail and complexity of information. This sheet depicts the existing and
ultimate development areas within the airport property and surrounding community,
including zoning information. Noise contours on the drawing allow for a quick view of
airports compatibility with the surrounding community.
13.9. Terminal Area Plan - This sheet(s) provides a large-scale illustration of significant terminal
area development, both for commercial and GA terminal areas as well as FBO. The terminal
area may include aprons, buildings, hangars, parking lots, and roads that are part of the
areas accessed by the general public.
13.10. Utility Drawing - The utility drawing depicting the airport’s various utilities. The drawings
to include all existing air side and landside utilities.
13.11. Airport Access Plan - Depicting major routes of the various transportation modes that
provide service to the airport should access become an issue.

14.0 Financial Feasibility and Capex Cost Estimation – Working Document 13


Based on Development Implementation Plan, the Consultant shall provide detail cost estimation
sufficiently accurate, including but not limited for the purpose of Regulated Asset Base submission to
MAVCOM, Malaysia.
14.1. The Consultant shall develop cost estimation for each items of the development i.e City
Airport, Business Aviation, and other aerospace activities including the landside
developments until each development reaches its ultimate capacity.
14.2. The Consultant shall provide cost estimation for each of the project development scopes
together with detailed calculations, assumptions and justifications.
14.3. The Consultant shall get advice from the Employer to determine the level of materials
quality and shall also propose the best rate from the perspective of value for money based
on benchmarking with other airports.
14.4. The Consultant shall propose for cost saving option in which the overall outlook or
outcomes shall not jeopardize quality of service and comfort level.
14.5. The Consultant shall develop Financial Model to determine feasibility of the project as
commercially viable. This should be done individually for each phase of development and
projects within the entire development initially, and then incorporated together to obtain
the entire project’s financial feasibility. This is to ensure that individually individual
financial feasibility during each phase are estimated.
14.6. The Consultant shall also include the recommendation on business models and its
complementary factors for the proposed development at Subang Airport. This should be
done with financial analysis / modelling for each scenario to validate the most viable
scenario (cost and revenue computation).

36
Note: Outcome of this Working Document is to be used as basis for deriving the Final DIP Document.

15.0 Land Use Planning – Working Document 14

The Facility Requirements analysis also intends to evaluate essential space and land use needs for the
overall growth of Subang Airport compared to available site development opportunities. Growth
factors are to be considered for land use allocation ratios and adjusted based on a review of previous
studies, coordination with stakeholders, and benchmarking of similar airports where appropriate.

The Consultant shall develop Land Use Plan showing the main functional areas of the airport, their
location, their relationship with other elements, and their required areas including expansion
potential and vehicle access.

It is important to consider the interrelation of the nearby facilities when strategically reserving areas
for development. The areas that are reserved for the given facilities shall be based on general planning
principles that consider the logical airport growth options based on site opportunity and constraints.

The Land Use Plan shall also reserve for future development areas in which strategically guides the
airport to reach the ultimate growth objectives.

The Consultant shall review, evaluate and recommend the existing land use plan for facility adjacency
and space availability in catering for future growth. The Land Use Plan shall include and consider but
not limited to the following:

15.1. Land Use Plan


15.1.1. Potential development scenarios and existing development constraints;
15.1.2. Incorporate the business aviation value chain into the land use plan;
15.1.3. Potential relocation of current activities;
15.1.4. Known near-term development initiatives; and
15.1.5. Previous planning recommendations/studies;
15.2. Site opportunities - It is important to use land areas as efficiently as possible during the
intermediate phases while working toward the ultimate development. Therefore, the
phasing of developments is extremely important in providing a clear and concise plan for
future projects.
15.3. Land Use Planning Principles
15.3.1. Interrelationships of facilities on the airfield and constraints due to previous or
current development.
15.3.2. Facilities that are correlated with one another to be sited in close proximity,
which leads to more desirable locations for some of the facilities or groups of
facilities.
15.3.3. Prioritizes the placement of facilities within the airport property according to
the most demanding traffic characteristics.
15.4. Facilities and their preferred location can be evaluated in two (2) categories defined as
adjacency and connectivity.
15.4.1. Adjacency refers to the proximity in which facilities are placed around the
airport;
15.4.2. Connectivity refers to whether facilities must be connected by vehicular or
airfield access, connection via airfield pavement or vehicle roadways.

37
15.5. Land Use Evaluation Considerations
15.5.1. Concentration of Facilities - To develop Subang Airport as a city airport, it is
essential that the passenger facilities to be optimally placed. For example, if the
concourse and/or passenger processing facilities are scattered or segmented by
large distances or a complex People Mover, it could negatively impact; transfer
times, intuitive wayfinding, and potentially degrade the passenger experience.
Hence, it is best to:
15.5.1.1. Minimizes segmented development;
15.5.1.2. Maximize the efficiency of transfer passenger activities;
15.5.1.3. Optimize operational efficiency by having short internal airside
distances in which may affect travel time of employees and of
equipment.
15.5.2. Expansion of Facilities
15.5.2.1. In order to adapt to future traffic growth, the ability for facilities to
expand must be maximized.
15.5.2.2. When possible, facilities should independently be able to expand to
meet the various needs of the airport. This allows each facility to
expand in conformity with the relevant traffic forecast, without
concern to the development of other facilities.

15.6. The Consultant to review proposed plan in accordance with local planning standard
including general review of the existing data and information relevant to planning such
as Development Plans (National Physical Plan, Structure & Local Plan). The report shall
include but not limited to:
15.6.1. Undertake site visit and to carry out preliminary analysis which including
analysing:
15.6.1.1. Existing conditions such as topography and natural drainage,
existing land use configuration, and committed development within
the study area
15.6.1.2. Any reports and proposal that has been carried out by the Employer
within the site.
15.6.1.3. The potentials and constraints of the site and the periphery areas
and surrounding development assessment
15.6.2. To advise on the best case and alternative development’s vision, concept,
strategy and zoning based on the above findings and recommendation by
market consultant. If needed, recommend for short and long term strategies for
development.
15.6.3. To review and prepare a zoning and development control plan for Subang
Airport area and the surroundings
15.6.4. To review and proposed concepts to improve the existing road system, public
transport, pedestrian walkway car park and traffic management system.
15.6.5. To advice on the improvement of infrastructure, utility, sewerage and
telecommunication system of Subang Airport area towards a better overall
integrated network coverage service that is seamlessly link.
15.6.6. Integrate recommendations from other sectoral studies into the Concept
Layout Plan as following:
15.6.6.1. Property Analysis
15.6.6.2. Traffic & Infrastructure Concept Study
15.6.6.3. Urban Design and Architectural Language Concept

38
15.7. The consultant shall review the existing Planning Permission (“Kebenaran Merancang”)
document as part of the site evaluation. This review shall include but not limited to
alignment with surrounding development ie. Kwasa Land, Ara Damansara, Kampung Baru
Subang.

16.0 Interim Solution – Working Document 15

The airport requires for an interim solution for terminal, airside, and landside that could cater until it
reaches ultimate capacity. The main objective of the Interim Solution is to meet the Optimum Level of
Service of all facilities and amenities to accommodate the terminal designed capacity based on IATA
Airport Development Reference Manual 10th Edition Guidelines and Service Level Requirements set
by MAVCOM, Malaysia.

The Consultant shall develop an interim solution for each of the terminal. The main scope of works for
the Interim Solution shall include but not limited to:

16.1. Public departure concourse;


16.2. Passengers check-in area;
16.3. Security control (domestic and international);
16.4. Emigration and Immigration clearance;
16.5. Passengers departure concourse/Pier (domestic and international);
16.6. Gate holdrooms (domestic & international);
16.7. Passengers arrival concourse/Pier (domestic and international);
16.8. Baggage reclaim area;
16.9. Custom control (departure & arrival);
16.10. Public arrival concourse;
16.11. Not to Land (NTL) holdrooms;
16.12. Foreign workers processing area;
16.13. International arrival ramp (conversion to I-walk);
16.14. To improve passenger flow for seamless, secure and efficient journey;
16.15. Aircraft parking bay to cater terminal designed capacity

Furthermore, the Consultant shall develop a relocation plan for existing players, for areas affected.
This cost of relocation either in the interim or long term shall be built in to the overall cost estimations.
Alternative consideration on external relocation e.g. potential hub for flying clubs, training, private
pilots, military aircraft, TUDM, PULPAK etc. to alternative airports shall be included.

39
PART IV – CONSULTANT SCOPE OF SERVICES PHASE 1b

1.0 SCOPE OF WORKS FOR PHASE 1B – FUNCTIONAL LAYOUT PLAN

Phase 1b main objective is to develop airport planning detail design meant for execution. The
consultant shall develop schematic design with sufficient detail for related authority approval, detail
requirements and parameters for the development of conceptual design and tendering purposes.

Figure 3 explains on the general framework for Phase 1b. In general, the plan considers three (3)
workstreams to be executed in parallel in order to deliver outcomes in timely manner. The framework
is meant to provide guidelines and serve to define the Employer’s expectations on the project
management and deliverables. Consultant may propose different framework and/or project
development strategy where necessary for the Employer approval.

Figure 3: Phase 1b Development Framework

2.0 Stakeholders Engagement for Capturing User Requirements and Inputs – Working
Document 1

The Consultant shall capture the requirements of all Users and Stakeholders such as airlines, airport
operators, Air Traffic Control (ATC), government agencies, retail operators, ground handlers, fuel
providers, taxi/bus operators, train operator etc with the assistance of the Employer. This should be
done in-line with the vision of Subang Airport which incorporates elements on City Airport, Business
Aviation and Aerospace ecosystem. The stakeholders in relevance to all three key focus areas should
be engaged and their plans/considerations should be captured.

The Consultant shall jointly with the Employer conduct workshops to establish the requirements with
all Users and Stakeholders.

The Consultant shall prepare Overall Planning Report specifying the User Requirements for the
Terminal, Airside and Landside and other associated facilities.

40
3.0 Overall Planning and Design – Working Document 2

3.1. Detail Assessment of Current Facilities


The study shall include detail assessment on the current facilities, infrastructures and utilities
that covers end to end journey for inbound and outbound passengers, with full understanding
of the current issues and constraints.

The findings shall be used as a reference and shall be taken into consideration when
developing the conceptual design layout proposal.

3.2. Establishment of Detail Design Parameters


The Consultant shall establish detail design parameters throughout the whole terminal based
on the selected development scheme. The Consultant shall take into consideration of all
user’s requirement in the study.

The key design parameters shall include but not limited to:
3.2.1. Establishment of Peak hour calculation for Aircraft and Passengers;
3.2.2. The Consultant shall determine the capacity requirement for passengers
processing facilities which includes but not limited to the following:

3.2.2.1. Dynamic Processor Requirement - Check In facilities; Security,


Immigration and Customs controls; curb side requirement; baggage
handling system and transfer facilities. The application of new
technology, automation, operational best practices and strategy need
to be considered in the study in order to increase the capacity as well
as to enhance operational efficiencies.
3.2.2.2. Static Processor Requirement - Immigration, customs and security
screening areas; Gate Lounge; Airlines Lounge; Public Circulation and
Departure and Arrival Concourse; Airline Office and support functions;
toilets requirement; commercial areas and offices requirement and
relevant amenities.
3.2.2.3. Airside Facilities Requirement - Aircraft Stand, Taxiway, Service Road,
Ground Service Equipment requirement, equipment staging areas etc

3.2.3. The Consultant are free to demonstrate creativity and ability to interpret airport
planning related user requirements into an effective space planning and cost
efficient terminal design.

3.3. Terminal, Airside, and Landside Simulation


The recommended Detailed Conceptual Expansion Plan which has been agreed and approved
by the Employer shall be supported by simulation modelling and/or other tools where
applicable as to prove the proposed solution and plan are accurate and workable.

The Consultant shall establish and get endorsement from the Employer on the simulation
parameters and assumptions including one (1) day future schedule for the simulation
requirement.

41
The use of ARCport or CAST Simulation software is recommended. In the event of the
Consultant propose to use other simulation softwares other than Arcport, the Consultant
shall provide one user perpetual license for two years period and complete with high
performance terminal workstation (desktop/laptop) with basic and intermediate level of
training on the software to MAHB’s personnel. The cost of the software licence, terminal
workstation, training and other associated cost shall be borne by the Consultant under this
contract.

4.0 Operations and Infrastructure Requirements – Working Document 3

The Consultant shall assess the existing Airport Operation Control Centre (AOCC) system, facilities and
infrastructures and to propose the upgrading of the existing facilities and infrastructures to cater for
new requirement of the Project; based on the updated 1) Terminal Design and Configuration, 2)
Functional Layout Plan, and 3) Processing & Passenger Flows.

The Consultant shall propose the latest technology for the overall AOCC system, facilities and
infrastructures in order to support the importance role of AOCC to achieve high level of efficiency and
effectiveness in managing the overall of airport operation.

The scope of services for the Consultant shall cover upstream to downstream of the utilities and
infrastructure system, engineering system, airport pavements, airfield ground lighting (AGL) system,
parking apron lighting, baggage handling system, communication technology, and all airport systems
and services within Subang Airport boundary.

4.1. The Consultant scope of services shall include but not limited to:

4.1.1. Assessment on current condition, performance and capacity of all the existing
system provided to determine requirements to cater the new terminal capacity and
other demand especially during peak hour. The study shall cater for the Project
objectives, expansion work and future growth, including, but not limited to:
4.1.1.1. Current utilities and infrastructures capacities, locations and the covered
service area;
4.1.1.2. Understand the existing issues and constraints which could resulted to
relocation or upgrading of the utilities and infrastructures;
4.1.1.3. Strategic and accurate locations for the utilities and infrastructures
installation, the optimum capacities, demands and sizes required,
additional incoming or outgoing cables or pipes and upgrading for each
utilities and infrastructures;
4.1.2. The life cycle cost for the capital renewal and maintenance of facility systems;
4.1.3. Load and balancing requirement, operational flexibility and an efficient usage of
energy to cater for additional capacity of the terminal building;
4.1.4. Explore new technologies / automation available to improve the current utilities and
infrastructures system and to reconfigure/redesign the existing system as to
accommodate the Project.
4.1.5. Proposals on the new design, expansion work, upgrading work, refurbishment or
replacement work of any engineering, utilities and infrastructure system from
upstream to downstream where necessary as to cater for the terminal building
future capacity and Project requirement.

42
4.1.6. The Consultant shall ensure the new systems meeting with the overall demand and
to consider interfacing and/or compatibility requirements of new and old building
and facility, and interruption during the expansion work.

4.2. The scope of assessment shall comprise all but not limited to the followings:

4.2.1. Airport Infrastructure, Facilities, Utilities & Engineering


4.2.2. Terminal Services Operation
4.2.3. Aircraft Stand And Gate System
4.2.4. Aviation Security (AVSEC)
4.2.5. Landside Access to Terminal (Ground Transportation & Parking Facilities)
4.2.6. Architectural, Civil and Structural
4.2.7. Airport Sewerage System
4.2.8. Airport Water Supply System
4.2.9. Airport Solid & Aircraft Waste Management System
4.2.10. Airport Oil Water Separator Management System
4.2.11. Electrical System HTLV
4.2.12. Air-condition & Mechanical Ventilation System (ACMV)
4.2.13. Fire Protection & Fire Alarm System
4.2.14. Plumbing & Sanitary System
4.2.15. Communication System
4.2.16. Natural Gas System
4.2.17. Maintenance Cradles
4.2.18. Waste Collection System
4.2.19. Building Management System & SAP
4.2.20. People Mover System
4.2.21. Airport Pavement
4.2.22. Airfield Ground Lighting (AGL) System
4.2.23. Parking Apron System
4.2.24. Baggage Handling System (BHS)
4.2.25. Business Aviation and its associated Facilities
4.2.26. MRO and its associated Facilities

4.3. The Consultant shall provide but not limited to the following deliverables:

4.3.1. Operation and management best practices and strategy to be adopted in all airport
operation areas as to enhance the efficiency and capacity;
4.3.2. Capacity assessment on all facilities and amenities to cater for future traffic in the
terminal;
4.3.3. Simulation models for end to end passenger journey/movement include but not
limited to processing areas, circulation areas, toilet, etc in the terminal;
4.3.4. Simulation models for the aircraft movement on the taxiways and parking apron,
GSE vehicles and bus operation so as to prove the proposed taxiway and apron
system, service road system etc are efficient and workable;
4.3.5. Benchmarking report, adoption of operation and management best practices and
strategy, and to propose for new technology where necessary to support the
improvement works as to achieve the overall project objectives and improvement
plans as well as the justification on the proposed facilities in the terminal areas as to
achieve the best score in ASQ and Skytrax surveys;
4.3.6. Assessment report on the existing system and new system, proposals on
improvement or expansion plan and the conceptual design report for the proposed
solution to meet requirement and to cater for terminal expansion;

43
4.3.7. Operation and management strategy on the related system in which shall include
but not limited to the need and requirement arising from the adoption of new
technology;
4.3.8. Technical documents that inclusive of scope book, design concept report,
conceptual drawings, specification and cost estimation related to the study on
architectural and facilities requirements. For the Green Initiatives, the Consultant
shall submit report on potential energy and/or carbon saving with projected cost
savings and carbon savings;

5.0 Detailed Conceptual Design and Functional Layout Plan – Working Document 4 & 5

Based on the design parameters and starting points agreed during the scope definition, the Consultant
shall prepare a Detailed Conceptual Design and its Functional Layout Plan.

The Consultant shall adopt the latest technology and best practices in its airport design and is also
expected to demonstrate the understanding of latest airport business model, airport operations,
processes and associated systems and facilities, and also balance between environmental
requirements, sustainability, functionality and optimum cost of construction.

The design shall meet ICAO standards and recommended practices (SARPs), Civil Aviation Authority
Malaysia requirement, MAVCOM requirements, MAHB’s requirement, relevant authority’s
requirement as well as meeting the recommended Optimum Level of Service (LoS) by IATA’s 10th
Edition Airport Development Reference Manual (ADRM).

The Consultant shall recommend the way forward practices to be adopted based on industry best
practices and benchmarking from other airports, latest technology and automation so as to enhance
the efficiency and service level.

The Consultant shall provide three (3) options with one recommended option for the Employer’s
approval

Upon completion of the Detailed Conceptual Design, and to ensure that the interpretation of the end
user requirements is accurate, the Consultant shall conduct workshops with Users/Stakeholders and
to present the three (3) options of Detailed Conceptual Design.
The concept design shall take into consideration on the following general requirements but not limited
to:

5.1. Landside Facilities Planning - The Consultant shall study and propose the concept of Landside
facilities development for future capacity. The scope of the study shall cover but not limited
to:
5.1.1. Egress and Ingress Road System including Approach Road to Terminal Building;
5.1.2. Terminal Kerbside;
5.1.3. Car Parking Facilities;
5.1.4. Public Transport Facilities;
5.1.5. Service Road -Loading and Unloading Facilities, Garbage collection etc;
5.1.6. The whole road system connecting to the airport, both airside and landside.
Current road quality, level of service, upgrades needed, proposed improvements.
5.1.7. Traffic Impact Assessment
5.1.8. Road Safety Audit
5.1.9. Environmental Impact Assessment

44
5.1.10. Social Impact Assessment
5.1.11. All other studies / reports / assessments as required by authorities
5.2. Airside Facilities Planning - The Consultant shall study and propose the concept of Airside
facilities development for future capacity. The scope of the study shall cover but not limited
to:

5.2.1. Stand Capacity and Requirement;


5.2.2. Runway and Taxiway System;
5.2.3. Airside Service Road;
5.2.4. Ground Service Equipment & Handlers Requirement;
5.2.5. Aircraft Refuelling Facilities;

5.3. Passenger Terminal Facilities Planning - The Consultant shall study and propose the concept
of terminal expansion plan to cater additional capacity in accordance to the Development
Implementation Plan towards its ultimate capacity.
5.3.1. Flow for Inbound and Outbound Passenger– walking distance, change of level,
way finding and passenger experience throughout the passenger journey;
5.3.2. International Passenger Mix – possibility of segregating departing international
passenger and arriving international passenger throughout the journey with the
opportunity of having centralized security screening point;
5.3.3. Terminal Security – The Consultant shall study the requirement, impact and
recommendation of having terminal security;
5.3.4. Passenger Processing Facilities – Establish the requirement to handle the
additional capacity. The Consultant shall include ideas and possibilities of
implementing automation and/or latest technology for seamless passenger travel
to cater additional capacity;
5.3.5. Passenger & Public Facilities and Amenities - The Consultant shall conduct a
comprehensive technical assessment and analysis of the future facility
requirements for various passenger facilities (processing /holding / circulation) as
well as other amenities such as:

• Airport Operational Requirement – Operational


• Offices, trolley management;
• Commercial Facilities;
• Government Control Facilities;
• Ground Handler Requirement – Offices and storage;
• Airlines Requirement; and
• Prayer hall, public seating, toilet facilities requirement.

5.4. Airside Vehicular Traffic Impact Assessment (TIA) - TIA study for airside should cover the
assessment on the current condition and establish requirement to cater for the additional
capacity. The Consultant shall study the impact of the increasing usage of remote bay
operations; for instance, more GSE traffic including passenger buses which will increase
overall traffic movement that may affect the on-time performance of airline operations and
potential risk for safety and security. The current airside infrastructure such as service road
and GSE staging area should be included in the assessment.

45
5.5. Air Traffic Control (ATC) Requirement - The Consultant shall study and capture the Air Traffic
Control (ATC)’s requirement that includes but not limited to:

5.5.1. ATC System and requirement;


5.5.2. Line of Sight Study;
5.5.3. Controller’s position and requirements;
5.5.4. Surface Movement Radar;

6.0 Deliverables for Phase 1b

Upon completion of the study, the Consultant shall submit the following deliverables but not limited
to:
6.1. Final Document 1 - Detailed Conceptual Design Report which consists of but not limited to:
6.1.1. Functional Layout Plan/Drawing;
6.1.2. Outbound and Inbound Passenger Flow;
6.1.3. Change of level and travelling distance; and
6.1.4. Terminal processing configuration and locations.

6.2. Final Document 2 – Overall Planning Report which consists of but not limited to:
6.2.1. Passenger and Aircraft Peak Hour Analysis;
6.2.2. Processors Requirement to handle peak hour passenger and aircraft movement;
6.2.3. Commercial, offices and public amenities requirement;
6.2.4. Line of Sight Study; and
6.2.5. Terminal and Airside Requirement;
6.2.6. Airside Vehicular Traffic Impact Assessment Report;
6.2.7. Air Traffic Control Assessment;
6.2.8. Infrastructure, Utilities & Facilities Report
6.2.9. Traffic Impact Assessment
6.2.10. Road Safety Audit
6.2.11. Environmental Impact Assessment
6.2.12. Social Impact Assessment

6.3. Final Document 3 - Simulation Model and reports which includes passengers, aircraft and
vehicles movements

6.4. Working Documents which consist of the followings but not limited to Calculation,
Assumptions, Justifications, Cost Benefit Analysis and Risk Analysis;

6.5. These reports shall be the sole usage of MAHB as the client and shall be in the form of
hardcopy as well as softcopy to MAHB. These documentations shall be, but not limited to,
project report, CAD Drawings, Airport Simulation models (Arcport/CAST), slide presentations
and working documents.

6.6. 3D Modelling Ariel View and animated services

6.7. Marketing / Visioning video production (includes 3-day recce, max 10-day ground shooting,
scripted Voice Over, copywriting, concept, design, story board development & composed
music). Final product up to 3 minutes HD video compatible for broadcasting and online
promotion.

46
PART V – CONSULTANT SCOPE OF SERVICES PHASE 2a

1.0 SCOPE OF WORKS FOR PHASE 2A – WORKABLE CONCEPT PLAN & CONSTRUCTION
WORK PACKAGE PLAN

1.1. Prepare design briefs, design concept, approach, philosophies, assumptions, parameters
and calculation taking into consideration existing operating facilities and forward for the
Employer approval;
1.2. Carrying out studies as may be necessary for the Project and reviewing with the Employer
alternative design and construction solutions, evaluating their respective advantages and
disadvantages and advising on all relevant aspects of obtaining statutory approvals
necessary for the implementation of the project;
1.3. Developing the preliminary conceptual sketch proposals into sketch designs to a stage
sufficient to enable an application to be made for planning approval;
1.4. Advising the Employer on the need for geotechnical, civil, structural, mechanical or
electrical engineering, quantity surveying or other specialist consultants’ services,
inviting, obtaining and evaluating submissions and making recommendations to the
Employer for their appointments if necessary;
1.5. Prepare preliminary drawings and forward for approval from relevant departments of the
Employer;
1.6. Preparing preliminary estimates of the probable construction cost based on current area,
volume or other unit costs;
1.7. Detail cost planning, estimating, budgeting and financial model to ensure sufficient fund
allocation by The Employer;
1.8. Development and propose procurement strategy in accordance with
1.9. the Employer’s policies;
1.10. Preparing project planning and implementation schedule and submit to the Employer for
approval;
1.11. Where applicable, preparing and submit drawings and other necessary documents to
relevant approving authorities.

Deliverable for the 3D Scale Model

1.12. 3D Scale Model (1:8000) covering the whole Master Plan with following minimum
specification:
1.12.1. Two switches: 240V and 110V.
1.12.2. LED lights. The wiring shall able to connect to both switches, 240V and 110V.
1.12.3. Signages.
1.12.4. Landmark logo/signages.
1.12.5. Landscaping.
1.12.6. Dimensions:
(a) Scale Model: 1,400 mm x 1,400 mm.
(b) Scale Model Stand: 1,450 mm (width) x 1,450 mm (length) x 760 mm
(height).
1.12.7. Foldable scale model and transportable with secure casing.
1.12.8. Foldable scale model stands with logo. The stand shall have storage area
underneath the scale model complete with door and dedicated hole for
electrical cable.

47
1.12.9. Clear acrylic cover 4.0mm for the 1:8000 model with size at 1,420 mm (width)
x 1,420 mm (length) x 20mm (height).
1.12.10. The weight for each scale model (with casing) shall NOT exceeding 32 kilograms.
1.13. The Consultant to propose appropriate lighting’s colour, signages type and format,
landmark logo/signages and landscaping, subject to approval by the Employer.
1.14. One (1) year warranty for ALL components and parts including switches, scale model
stands and acrylic cover.

48
PART VI – CONSULTANT SCOPE OF SERVICES PHASE 2b

1.0 SCOPE OF WORKS FOR PHASE 2B – TERMS OF REFERENCE (TOR) FOR MULTI-
DISCIPLINARY CONSULTANTS (MDC) AND PREPARATION OF DESIGN WORK PACKAGE

1.1. ToR for the appointment of MDC Services for each Design Work Packages plan
1.1.1. Propose the required areas of consultancy for group of multi-disciplinary consultant.
1.1.2. Propose a list of professional discipline deemed necessary for the development of
each business pillars of city airport, business aviation & aerospace ecosystem.
1.1.3. Propose scope of works for each consultants to ensure a complete development of
each business pillars of city airport, business aviation & aerospace ecosystem.
1.1.4. Procurement strategy & preparation of ToR.
1.1.5. Evaluation strategy & criteria for each discipline.

1.2. Preparation of Tender Documents for All Design Work Packages Plan
1.2.1. Prepare the Employer Needs Statement and obtain final approval from the
Employer;
1.2.2. Upon the approval by the Employer of the updated estimates of construction cost
and the planning and implementation schedule, preparing and finalizing the detailed
drawings and other particulars necessary to the stage of completion adequate for
bills of quantities to be prepared by quantity surveyor;
1.2.3. Prepare performance specifications and detail design drawings including layout;
1.2.4. Preparation of Conditions of Contract appropriate for the project taking into
consideration project specifics and MAHB policies;
1.2.5. Preparation of Bill of Quantities and other Tender Documents;
1.2.6. Preparation of specifications for tender documents;
1.2.7. Preparation of necessary papers in obtaining approval from the respective approving
committee of the Employer for the award of the project;
1.2.8. Preparing the contract documents either alone or in collaboration with other
independent consultants appointed by the Employer for signature by the Employer
and the contractor;
1.2.9. Inviting, on behalf of the Employer, tenders for the work or collaborating with the
independent quantity surveyor engaged by the Employer to do so;
1.2.10. Preparation of documents and report for the Pre-Qualification exercise of potential
tenderer Contractors/Nominated Sub-Contractors (if required and subject to the
procurement strategy adopted by the Employer) and liaising with the Procurement
and Contract Division (hereinafter referred to as “PCD”) on the procedure;
1.2.11. Evaluating the results of the tenders and submitting a report and recommendation
to the Employer;

49
APPENDICES

50
FORM 1: List of All Companies within the Consultant Team FORM 1

• To be filled up by Lead Consultant

No. Disciplines Company Name And Address Established


Since

51
FORM 2: Company’s Project Portfolio (Completed Projects) FORM 2

COMPLETED PROJECTS (SIMILAR IN NATURE) IN THE PAST 10 YEARS

Company Name : ___________________________________________________


Project Title : ___________________________________________________
Client:
___________________________________________ Duration : __________________
___________________________________________ Start : __________________
___________________________________________ Complete : _________________
Location of Project :
___________________________________ Professional Fees (RM):
Scope of Services : ___________________________
___________________________________

Project Descriptions:
(Shall include but not limited to: Scope of the project, Size, Challenge, Solutions, Outcomes,
Services, etc.)

1 form per project. Attach copies of document as proof of undertaking of the projects.

52
FORM 3: Company’s Project Portfolio
FORM 3
CURRENT PROJECT

Company Name : ___________________________________________________


Project Title : ___________________________________________________
Client:
___________________________________________ Duration : ________________
___________________________________________ Start : ________________
___________________________________________ Complete : _________________

Location of Project :
___________________________________ Professional Fees (RM):
Scope of Services : ___________________________
___________________________________

Project Descriptions:
(Shall include but not limited to: Scope of the project, Size, Challenge, Solutions, Outcomes,
Services, etc.)

1 form per project. Attach copies of document as proof of undertaking of the projects.

53
FORM 4: Personnel’s Project Portfolio
FORM 4
PROJECT EXPERIENCE

Name : ____________________________________________________
Company Name : ____________________________________________________
Project Title : ___________________________________________________
Client:
___________________________________________ Duration : _________________
___________________________________________ Start : __________________
___________________________________________ Complete : _________________

Location of Project : Professional Fees (RM):


___________________________________ ___________________________
Scope of Services :
___________________________________

Project Descriptions:
(Shall include but not limited to: Scope of the project, Size, Challenge, Solutions, Outcomes,
Services, etc.)

1 form per project. Attach copies of document as proof of undertaking of the projects.

54
Subang Airport Masterplan 2008

55
SECTION C

COMMERCIAL
SECTION C1

SCHEDULE OF FEES
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN,
FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL DESIGN
WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT, SUBANG, MALAYSIA

SCHEDULE OF FEES
No. Item Description

1. Services as As per Section C2 page SOS/1 of 1


described in the Brought forward from Page SOS/1 of 1
Term of Reference
The Total Professional Fees (inclusive of Service Tax) excludes withholding tax
(TOR)
(if applicable) payable to Consultant for the services as described in the Terms
of Reference (TOR) is Lump Sum of Ringgit Malaysia:

……….………………………………………………………………………….

.…………..…………….……………………….…………….............................

(RM …………….…………………………)

2. Reimbursable As per Section C3 - Schedule of Reimbursable Items page R/1 of 5 – R/5 of 5


Expenses Brought forward from Page R/2 of 5
Capped at Ringgit Malaysia :

……….………………………………………………………………………….

.…………..…………….……………………….…………….............................

(RM …………….…………………………)

3. Withholding Tax Withholding Tax …………% of Total Fees


(Consultant to fill out actual percentage chargeable based on country of origin).
Commercial Proposals
The commercial proposals of all services to be rendered shall include: -
(a) Fee for all professional services as mentioned in Term of Reference; and
(b) Reimbursable expenses, for example documentation cost, out of pocket expenses, accommodation etc.

Bidder’s Signature : ……..………………………………… Witness’ Signature : ……..……………………..

Bidder’s Name :…………………………………….…….. Witness’ Name :…….…………………………..

Designation : .…………………………………………….. Designation : ……..……………………………..

Date :………..…………………………………………….. Date : …………..………………………………..

SOF/ 1 of 1
SECTION C2

SCHEDULE OF SERVICES
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN AND DETAIL DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT,
SUBANG, MALAYSIA

SCHEDULE OF SERVICES

Item Description Name of Consultant Roles Years of Experience Proposed Fee (RM) Duration (Month) Involvement (%) Multiplier Factor TOTAL (RM)

Phase 1a
a) Overall Strategy Plan

b) Master Plan

c) Development Implementation Plan

Sub-Total (i)

Phase 1b
d) Detailed Conceptual Design Report

e) Airport Planning Report

f) Simulation Model and Reports

g) 3D Modelling Ariel View Resolution

h) Marketing / Visioning video production

Sub-Total (ii)

Phase 2a
i) Workable Concept Plan
j) Construction Work Package Plan
k) Deliverable for the 3D Scale Model
Sub-Total (iii)

Phase 2b
l) ToR for MDC
m) Tender Documents for Design Work Packages Plan

Sub-Total (iv)

n) Phase 3 (Services as design checker)

Sub-Total (v)

o) Phase 4 (when required)

Sub-Total (vi)

Total Amount (Sub-Total i - vi)


Service Tax @ …………….. %

Total Amount inclusive Service Tax (RM)


Carried to Schedule of Fees on Page SOF/1 of 1

Note: The Consultant shall clearly indicate the team members who will be stationed at Employer's Site Office and their duration of stay

SOS/1 of 1
SECTION C3

SCHEDULE OF REIMBURSABLE ITEMS


APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT
MASTER PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN
AND DETAIL DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH
AIRPORT, SUBANG, MALAYSIA

SCHEDULE OF REIMBURSABLE ITEMS

The following items shall be reimbursable costs paid to the successful Bidder for the
disbursements actually incurred based on the rates specified under the Schedule of
Reimbursable Items attached herewith:

a) in printing, reproducing all documents, drawings, maps, models, photographs and


other records;
b) in sending telegrams, telex, facsimile transmissions, and in making telephone calls
other than within Kuala Lumpur and Selangor;
c) for postage and courier charges for sending documents or other items at the request of
the Employer;

The cost of items not covered in the above but may be required by the successful Bidder for
the completion of the Services are subject to prior authorization or approval in writing from
the Employer.

R/1 of 5
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT
MASTER PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN
AND DETAIL DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH
AIRPORT, SUBANG, MALAYSIA

BREAKDOWN OF REIMBURSABLE COSTS

ITEM DESCRIPTION AMOUNT (RM)

1. Printing, reproduction and purchase of all documents,


drawings, maps and records. ……………………….

2. Telegrams, telex, facsimile, courier service and telephone calls


other than local calls. ……………………….

3. Travelling, hotel expenses and other similar disbursements. ……………………….

4. Any costs or charges paid by the Consultant to local authority


or other authorities in connection with the seeking and
obtaining of statutory approvals. ……………………….

TOTAL AMOUNT CARRIED TO SCHEDULE OF FEES


ON PAGE SOF/1 of 1 [Item 2.0]:-

Bidder’s : Witness’ :
Signature Signature
…………………………… ………………………………
Bidder’s : Witness’ :
Name Name
…………………………… ………………………………
: :
Designation Designation
…………………………… ………………………………
: :
Date Date
…………………………… ………………………………

R/2 of 5
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT
MASTER PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN
AND DETAIL DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH
AIRPORT, SUBANG, MALAYSIA

REIMBURSABLE ITEMS

# Type of Expenses Reimbursement Remarks


Payable
1 Travelling expenses RM0.80 / KM if exceeding 60 KM radius from the
office

Actual expenses • Air ticket (economy class)


• Taxi

2 Accommodation (if Max. RM160.00 With receipt


exceeding 120 KM radius net / night
from the main office /
branch office)

3 Submission Fees to Actual expenses Expenses incurred in connection


Authorities with submission of drawings, plans,
documents etc. for the Works and
other payments made on behalf of
Employer.

4 3D Walkthrough Actual expenses; Upon written request by Employer


Animation Presentation at RM_______per
second

5 Advertisement Actual expenses Expenses incurred in connection


with advertisement of tender
notices, resident site or other staff
required for the Works and other
payments made on behalf of
Employer.

6 Lithography expenses: - Except for two sets of the plans and documents that are to
be provided free of charge to Employer at all phases of the
Works, all other printing, reproduction or cost of all
documents, drawings, maps, models, photographs and
other records including those used in communication
between you and contractor, nominated sub-contractors
and suppliers (but excluding all those used in
communication between you and all other consultants and
for the costs of all enquiries to domestic sub-contractors
and suppliers) are to be reimbursed

R/3 of 5
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT
MASTER PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN
AND DETAIL DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH
AIRPORT, SUBANG, MALAYSIA

# Type of Expenses Reimbursement Remarks


Payable

A PHOTOCOPY PLAN PRINTING

SIZE PAPER TRACING FILM


AO (Odd size) 3.00 6.00 17.00
AO 2.40 5.00 15.00
A1 (Odd Size) 1.80 4.50 8.00
A1 1.20 3.00 7.00
A2 0.60 1.60 4.00
A3 0.10 0.80 1.60
A4 0.05 N/A N/A
B5 0.04 N/A N/A
COLOUR COPY
A3 2.00
A4 1.00
Digital Plan 3.00
Plotting A1

B AMMONIA PRINTING

SIZE PAPER TRACING FILM


AO (Odd size) 1.20 18.00 20.00
AO 1.00 14.00 15.00
A1 (Odd Size) 0.80 8.00 10.00
A1 0.60 6.00 8.00
A2 0.40 4.00 5.00
A3 0.20 N/A N/A
C REDUCTION

SIZE PAPER TRACING FILM


AO to A1 3.00 6.00 18.00
AO to A2 4.00 7.00 18.00
AO to A3 5.00 7.00 18.00
AO to A4 5.00 7.00 18.00
A1 to A2 3.50 4.00 10.00
A1 to A3 2.50 4.00 9.00
A1 to A4 2.50 4.00 9.00
A2 to A3 2.50 2.00 7.00
A2 to A4 1.00
D ENLARGEMENT
SIZE PAPER TRACING FILM
A4 to A2 4.00 8.00 10.00
R/4 of 5
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT
MASTER PLAN, FUNCTIONAL LAYOUT PLAN, WORKABLE CONCEPT PLAN
AND DETAIL DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH
AIRPORT, SUBANG, MALAYSIA

# Type of Expenses Reimbursement Remarks


Payable
A4 to A1 8.00 10.00 12.00
A4 to A0 10.00 12.00 14.00
A3 to A0 8.00 10.00 12.00
A3 to A1 5.00 5.50 10.00
A3 to A2 4.00 6.00 8.00
A2 to A0 6.00 8.00 10.00
A2 to A1 4.00 6.00 8.00
A1 to AO 6.00 8.00 10.00

E BINDING

DESCRIPTION SIZE / THICKNESS RATE


(i) Hard cover binding c/w acrolin paper A4: up to 1 inch thick 25.00
& printed: Hot Stamping
* Add per inch A4 10.00
* Block Making A4 120.00
* Add per sub-title A4 20.00
* Plan loading A4 0.40
(ii) Soft cover binding with cover setting A4: up to 2 inch thick 5.00
* Add per inch A4 3.00
(iii) Tape binding per book A4: up to 2 inch thick 2.50
* Add per inch A4 1.00
(iv) Binding : comb bind with transparency Up to 1 inch 4.50
Up to 2 inches 6.00
Up to 3 inches & 9.00
above

(v) Comb binding with transparency (A4) 9mm & below 2.50
9 to 20 mm 3.50
20 to 30 mm 4.50
30 to 40 mm 5.50
40 to 50 mm 7.00
50 to 60 mm 8.00
(vi) Binding: Cover setting & laser Master copy 3.00
printing
Laser print / cover 1.00
(vii) Separator for binding printing Colour paper 0.10
Tab divider 0.30

R/5 of 5
SECTION D

APPENDICES
SECTION D

APPENDIX 1 - MAHB’S CLAIM AND


PAYMENT PROCEDURES
MAHB’S CLAIM AND PAYMENT PROCEDURE

Malaysia Airports Holdings Berhad (MAHB) is pleased to announce the implementation of a new
Automated Invoice Management System (AIMS) with effect from 01 June 2011. AIMS is a system that
manage all invoices from all vendors for payment process. As a result all invoices will be handled by one
payment center which is currently located at MAHB’s Head Office. In order to receive payment from us, all
vendors are required to submit their invoices and credit note (if any) to the payment center.

2. For the smooth implementation of the system, we are requesting your kind attention and cooperation
to the following notes for the benefit of both parties and also helping us in processing the invoices
efficiently.

2.1 Invoice Processing Address

All invoices and credit notes (if any) must be sent to our central invoice processing centre at
the address below:

Finance Shared Service Centre


Malaysia Airports Holdings Berhad
Malaysia Airports Corporate Office
Persiaran Korporat KLIA
64000 KLIA, Sepang
Selangor Darul Ehsan, Malaysia

2.2 A transitional period of one (1) month will be given to all vendors to comply with the above.
After 01 July 2011, any invoices that are sent elsewhere to other MAHB subsidiaries or
locations will be returned back to the vendors. It is the responsibility of the vendors to resend
the invoices back to the above address and please take note that this might cause delay in
payment.

2.3 Any other supporting documents such as delivery order and other supporting documents or
supplementary documents (if any) should be sent separately to the subsidiary/airport involved
as per current practice. These documents should be sent in attention of the Project Owner
(P.D.)/ S.O. Representative/ Requestor.

2.4 An illustration is provided below:

Vendor MAHB Finance Shared


Invoice Service Centre

MAHB
Vendor

Vendor MAHB Subsidiary


Supporting or Requestor
Documents

1
2.5 Mandatory Information required in your invoice (with Purchase Order)

To ensure smooth implementation of the invoice processing through AIMS, it is very


important for all vendors to quote clearly in each of your invoice the following items:-

a) MAHB Purchase Order Number


Please quote the MAHB Purchase Order number on your invoice.
Example: P.O. No: 70xxxxxxxxxx

b) Invoice Number
Please quote your Invoice number clearly.

c) Currency
Please quote the currency number in your invoice.
Example: RM, MYR, Ringgit, USD, SGD, etc.

d) Bank Details
Please provide the following details on your invoice for payment purposes:
• Bank account name;
• Bank account number;
• Beneficiary name; and
• Email address for payment notification.

All of the above details are mandatory to be included in every invoices and shall be
applied to the new and existing vendors in order to assist us in attaining the right bank
details for the claim and payment to be made.

e) Matching Line Item Descriptions


The line item description in your invoice needs to match the line item description in the
MAHB purchase order.

f) MAHB Requestor’s Email Address for non-PO Purchases


In the event that you did not receive a purchase order from MAHB, you are requested to
quote the email address of the person that requested your product or services.

Requestor Email (Example): person@malaysiaairports.com.my

2.6 Tax Invoice Rules

Kindly ensure that the Tax Invoice contain all of the following information (Full Tax
Invoice) as required by Royal Malaysian Customs Department (RMCD) as per stated in
Guide on Tax Invoice & Records Keeping as at 20 May 2014:

a) The word ‘tax invoice’ in a prominent place;

b) The tax invoice serial number;

c) The date of issuance of the tax invoice;

d) The name, address and identification number of the supplier;

e) The name and address of the person to whom the goods or services are supplied;
(must be company name and company address)

f) A description sufficient to identify the goods or services supplied;


2
g) A each description, distinguish the type of supply for zero rate, standard rate and
exempt, the quantity of the goods or the extent of the services supplied and the
amount payable, excluding tax;

h) Any discount offered;

i) The total amount payable excluding tax, the rate of tax and the total tax chargeable to
be shown separately;

j) The total amount payable inclusive of the total tax chargeable; and

k) Any amount referred to in subparagraphs (i) and (j), expressed in a currency, other
than Ringgit, and shall also be expressed in Ringgit equivalent.

l) The requirements are subject to change and will be updated from time to time with or
without notice.

2.7 General Rules:

The following must be complied strictly in order to avoid further delay:

a) Handwritten invoices or pasted invoices will not be entertained from 1st October 2015
onwards.

b) Pro forma invoice(s) are not acceptable after 1 st April 2015.

c) Submission of Statement of Account on monthly basis.

3. Payment Method

As per our standard procedure, there will be two payment cycle i.e. on the 15th and 30th of the month
(only applicable during working days). The payment will be made by cheque or via EFT (Electronic
Fund Transfer)/ Wire Transfer. For EFT, the payment will be transferred within two (2) working days
from the payment date. In addition, the payment advice will be sent to you by our bank via e-mail.

Note:

It also will subject to the followings: -

i) The invoice has reached its maturity based on its payment term and
ii) Goods, services and works has been delivered and approved by the Project Owner (P.D.)/
S.O. Representative/ Requestor
iii) Subjected to complete attachment and documentation i.e. COP for Scheduling Agreement.

3
SECTION D

APPENDIX 2 - EVALUATION MATRIX


APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN, FUNCTIONAL LAYOUT PLAN,
WORKABLE CONCEPT PLAN AND DETAIL DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT,
SUBANG, MALAYSIA

EVALUATION MATRIX
Tenderers are to note that below are the Evaluation Matrix that the Employer will assess in order to analyse the
Tenderer's position. Tenderers are to ensure that the submission of the document comply and fulfill the
requirement asset in the matrix, failing which the Tenderers will score lower marks. The below criteria is only for
guideline purposes and the Employer shall have the right to make changes to the following information at any
time. The Employer accept no responsibility for, and give no guarantees, undertakings or warranties concerning,
the accuracy, clarity, completeness, timeliness, or otherwise, of the criteria provided and do not accept any liability
whatsoever in respect of, or arising from, any errors or omissions or any reliance on, or use of, such information.

TECHNICAL EVALUATION CRITERIA

NO DESCRIPTION
1.0 Technical Aspect of the Works
a. Compliance with Technical Specifications as follows:-
Technical Mandatory Requirement
· Project Leader shall have a minimum of 15 years of experience in related field or similar project

· Team members shall have a minimum of five (5) years of working experience

Technical Scoring Criteria


1. Company Project Experience
2. Project Leader Project Experience
3. Team Members Project Experience
4. Technical Proposal

1. Company Project Experience


· Project Size [mppa]
· No. of Projects (relevant to the phases 1-4 of the overall development framework)
· No. of Project with City Airport, Business Aviation and aerospace related development

2. Project Leader Project Experience


· Project Size [mppa]
· No. of Projects (relevant to the phases 1-4 of the overall development framework)
· No. of Project with City Airport, Business Aviation and aerospace related development

3. Team Member Project Experience


· Project Size [mppa]
· No. of Projects (relevant to the phases 1-4 of the overall development framework)
· No. of Project with City Airport, Business Aviation and aerospace related development

4. Technical Proposal
· Organizational Chart (in accordance to the phases) & Resource Planning
· Overall project development framework & capabilities to undertake the scopes listed under
phases 1-4
· Work Methodology & Master Implementation Plan – Level 5

Page 1 of 2
APPOINTMENT OF CONSULTANT FOR DEVELOPMENT OF AIRPORT MASTER PLAN, FUNCTIONAL LAYOUT PLAN,
WORKABLE CONCEPT PLAN AND DETAIL DESIGN WORK PACKAGES FOR SULTAN ABDUL AZIZ SHAH AIRPORT,
SUBANG, MALAYSIA

EVALUATION MATRIX
Tenderers are to note that below are the Evaluation Matrix that the Employer will assess in order to analyse the
Tenderer's position. Tenderers are to ensure that the submission of the document comply and fulfill the
requirement asset in the matrix, failing which the Tenderers will score lower marks. The below criteria is only for
guideline purposes and the Employer shall have the right to make changes to the following information at any
time. The Employer accept no responsibility for, and give no guarantees, undertakings or warranties concerning,
the accuracy, clarity, completeness, timeliness, or otherwise, of the criteria provided and do not accept any liability
whatsoever in respect of, or arising from, any errors or omissions or any reliance on, or use of, such information.

TECHNICAL EVALUATION CRITERIA

NO DESCRIPTION

2.0 Tenderer's Related Experience & Resources

a. Experience in similar nature of works with comparable value


b. Current commitment job in hand
c. Personnel resources
d. Experience with airports with good track records

3.0 Completeness of submission


a. Submission of the following documents:-
i)Profile of consultants undertaking the study
ii)Summary and scope of past and current Aerospace and Aviation projects
iii)Company Registration (SSm, MoF, MIP, LPBM)
iv)Submission of work program/timeline
v)Evidence of Achievement

Page 2 of 2

You might also like