You are on page 1of 36

REQUEST FOR PROPOSAL (“RFP”)

Reference No: BIAL/RFP1980 Event ID: 2306, Dated:30 Mar 2023

This RFP is to seek Techno-Commercial proposal from Suitably qualified and experienced service
provider/ company/ developers (‘Bidders’) for “To Onboard the agency for Design, build and
Operate Commercial Sales Data and Analytics Solution” (“Proposal(s)”) at Kempegowda International
Airport, Bengaluru (“Airport”), as per the scope of work, technical specification, requirement,
standards, drawings, timeline, quantities and other details as more fully detailed herein (“Purpose”).

Name and address of the entity seeking RFP:

Bangalore International Airport Limited (“BIAL”).


Administration Block, Alpha 3,
Kempegowda International Airport,
Bengaluru 560 300
Website: www.bengaluruairport.com
E-Mail: narayan.k@bialairport.com
Contact No: 9538800792

RFP Dates (subject to revision as per corrigendum if any):

Sr Description Proposed Date


1 Issuance of RFP Document through https://www.bialtenders.com 30 Mar 2023
2 Bidder’s Queries to be submitted to BIAL 11 Apr 2023
3 Due Date for query responses by BIAL 14 Apr 2023
Due Date for Submission of completed technical and commercial
4 bids/Proposals. 19 Apr 2023

RFP ver 1.0 _10032022

Page 1 of 36
CONTENTS
1. INTRODUCTION: ........................................................................................... 3
2. DISCLAIMER AND BUSINESS ETHICS & DEALINGS ...................................................... 3
3. OBJECTIVE ................................................................................................. 5
4. SCOPE OF WORK AND TECHNICAL SPECIFICATIONS ................................................... 5
5. MINIMUM ELIGIBILITY CRITERIA .......................................................................... 5
6. EVALUATION CRITERIA.................................................................................... 5
7. GROUNDS OF DISQUALIFICATION/REJECTION ......................................................... 5
8. INSTRUCTION TO BIDDERS ............................................................................... 6
9. EARNEST MONEY DEPOSIT ................................................................................ 6
10. SITE INSPECTION .......................................................................................... 7
11. QUERIES FROM BIDDERS .................................................................................. 7
12. AMBIGUITY/DISCREPANCY ............................................................................... 8
13. ADDENDUM / CORRIGENDUM ............................................................................ 8
14. AWARD PROCESS .......................................................................................... 8
15. RETENTION MONEY, PERFORMANCE BANK GUARANTEE, LIQUIDATED DAMAGES AND SERVICE
LEVEL CREDITS ..................................................................................................... 8
16. CONTRACT VALUE AND PAYMENTS ...................................................................... 9
17. MINIMUM QUANTITY, UPWARD REVISION AND/OR REPEAT ORDER ............................... 10
18. GENERAL ................................................................................................. 10
ANNEXURE 1 – RFP PARTICULARS .................................................................................
ANNEXURE 2 – ICT REQUIREMENTS AND NFRS…………………………………………………………………………………………
ANNEXURE 3 - TECHNICAL BID FORMAT ..........................................................................
ANNEXURE 4 - FINANCIAL BID FORMAT ...........................................................................
ANNEXURE 5 - FORMAT OF PERFORMANCE BANK GUARANTEE ................................................
ANNEXURE 6 - LETTER OF DECLARATION-CUM-UNDERTAKING…………………………………………………………
ANNEXURE 7 - DOCUMENTS TO BE FURNISHED BY THE BIDDER ...............................................
ANNEXURE 8 - COMPLIANCES ......................................................................................
ANNEXURE 9 - RFP QUERY & RESPONSE FORMAT ...............................................................
ANNEXURE 10 - SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING ....................................
ANNEXURE 11 – AGREEMENT FORMAT ............................................................................
ANNEXURE 12 – BCAS SECURITY CLEARANCE GUIDELINES .....................................................

RFP ver 1.0 _10032022

Page 2 of 36
1. INTRODUCTION:

The Government of India has granted BIAL the exclusive right and privilege to carry out the
development, design, financing, construction, commissioning, maintenance, operation and
management of the ‘Kempegowda International Airport, Bengaluru’. BIAL, a company
registered under the Companies Act, 1956, is the developer, and operator of the “Airport”.
BIAL is committed to establishing this Airport as one of India's leading airports in terms of
quality and efficiency and set a benchmark for the future commercial development of Indian
airports. For more information, log on to www.bengaluruairport.com.

2. DISCLAIMER AND BUSINESS ETHICS & DEALINGS

PART I – DISCLAIMER

1. The information contained in this RFP or subsequently provided to the Bidders, in writing by
BIAL shall be subject to the terms and conditions herein and/or as may be updated in BIAL’s
website from time to time.
2. This RFP is neither an agreement, nor an offer by BIAL to the prospective Bidders or any to
other person. The purpose of this RFP is to provide the Bidders with the information, in
formulation of their Proposals. The information contained in this RFP is indicative in nature
and need not be complete, accurate, adequate or correct in all respect and BIAL shall not be
responsible for the accuracy, inaccuracy, or otherwise including any interpretation or opinion
under law or otherwise. The Bidder are required to make their own independent inquiry,
investigations, analysis and due diligence as may be appropriate with respect to the same.
3. Information provided or made available in this or pursuant to this RFP may relate to wide
range of matters including interpretation of law and may not be exhaustive in respect of any
or all of the matters detailed herein and shall no point in time held against BIAL or used for
the purpose of arriving at any opinion, unless the same has been specifically agreed with BIAL
in writing.
4. BIAL, its employees, advisers and agents makes no solicitation, representation or warranty,
and shall not be liable or made liable to any person under any law, rules or regulations or
tort, principles of restitution or unjust enrichment, negligence or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise.
5. This RFP, including its Annexures are not transferable or assignable. This RFP or any
information provided by BIAL are to be referred or to be used by only those Bidders who have,
been authorized to receive this RFP and/or received after following the due process
prescribed herein and it should not be copied or distributed (either whole or in part) by the
Bidder or any person on his behalf to any third party (other than to the Bidder’s professional
advisors under appropriate confidentiality terms). This RFP and any information hereunder
must be kept confidential at all times by the Bidder/recipient.
6. BIAL may, in its sole discretion, with or without assigning any reasons amend, alter, revise,
supplement, update and/or vary any/all information, terms and conditions, assessment
and/or assumption in this RFP, at any time, prior to the Due Date for submission of Proposals
mentioned herein.
7. The Bidder shall, without any consequence on BIAL, bear any or all its costs of whatsoever
kind associated with or relating to or ancillary to the preparation and submission of its
Proposals.
8. BIAL reserves the right to accept or reject Proposals; qualify or disqualify any or all of the
Bidder(s) without assigning any reason and is not obliged to correspond with any Bidder in
this regard.
9. This invitation for RFP does not give rise to any right in rem and is not an offer or invitation
to offer of any kind whatsoever.

PART II - BUSINESS ETHICS & DEALINGS:

A. Strict Prohibition on Fraud and Corrupt Practices

1. The Bidders and their respective officers, employees, agents and advisers shall observe the
RFP ver 1.0 _10032022

Page 3 of 36
highest standard of ethics at all times.
2. The Bidders/selected Bidder or any person on their behalf shall not indulge in any corrupt
practice either in past, present or future.
3. Any form of solicited or unsolicited attempts either directly or indirectly to influence the bid
process, persuasion of any kind, to or seek favour for a particular Bidder, canvassing by way
of unsolicited letters or in any form, communication in any form in respect of any of the
above and/or make an attempt to make any correction and/or deviation from the RFP process
(pre or post bid) by offering better terms, etc., will result in the disqualification and/or shall
invoke a summary rejection of the Proposal, by BIAL without being liable in any manner
whatsoever to the Bidder or otherwise.
If it is brought to BIAL’s notice (whether during the time of bid or after the award of the
bid/contract, that a Bidder/selected Bidder, as the case may be, has directly or indirectly,
engaged or attempted to engage in unethical, corrupt, fraudulent, coercive, undesirable or
restrictive practice (as the case may be) in the bidding process or otherwise in the conduct
of their business, BIAL shall (without prejudice to any other right or remedy available to BIAL
under the bidding documents or otherwise under law) at its absolute discretion, be entitled
to any or all of the following (i) forfeit and appropriate the Earnest Money Deposit/similar
deposit/fee, (ii) not to entertain or allow such Bidder to participate in any tender or RFP
issued by BIAL for a minimum period of 2 (two) years, from the date such Bidder is found to
have violated this condition stated above, (iii) disqualify from the bid process and/or
terminate any or all subsisting contracts or engagements with BIAL, without any liability of
whatsoever nature on the part of BIAL.
4. For the purposes of the RFP, the following terms shall have the meaning hereinafter
respectively assigned to them:
i. “corruption” means the offering, giving, receiving, or soliciting, or attempting any
of the foregoing, directly or indirectly, of anything of value to influence the actions
of any person connected with the bidding process of BIAL (for avoidance of doubt,
offering of employment to or employing or engaging in any manner whatsoever,
directly or indirectly, any official of the Authority who is or has been associated in
any manner, directly or indirectly, with the bidding process) or make any kind of
offers to officers, employees, agents and /or advisers of BIAL, including any
incentive, gratification, gifts or personal favours, business courtesies or
entertainment, whether in cash or kind of whatsoever nature whether or not, for a
gain, a preferential treatment or obtain or retain any business or contract,
perceivable as improper, attempt to influence a business decision or for discharging
or forbearing to discharge, or for showing or forbearing to show a favour or dis-favour
to any person in the discharge of, any function on behalf of BIAL.
ii. “fraudulent” means a misrepresentation or omission of facts or suppression of facts
or disclosure of incomplete facts, in order to influence the bidding process of BIAL;
iii. “coercive” means impairing or harming, or threatening to impair or harm, directly or
indirectly, any person or property to influence any person’s participation or action
in BIAL’s bidding process;
iv. “undesirable” means (i) contacting or attempting to contact any person connected
with or employed or engaged by BIAL with the objective of canvassing, lobbying or in
any manner influencing or attempting to influence the bidding process; or (ii) having
a conflict of interest; or (iii) any activity of the Bidder either under the bidding
process or under any subsisting contract with BIAL that has or is likely to have an
adverse impact on BIAL; and
v. “restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full
and fair competition in the bidding process.

B. Whistle Blower Policy

1. If the Bidders/successful Bidder suspects or observes any unethical practice or behaviour by


an employee of BIAL or any person claiming to be employee or otherwise authorized by BIAL,
the Bidder shall immediately report such instances to the following email id:
whistleblower@bialairport.com
2. Such intimation will be treated as strictly confidential and BIAL assures appropriate action
on such reported matters.
RFP ver 1.0 _10032022

Page 4 of 36
C. No Purchase Order - No Payment Policy

The service providers/ successful Bidders/ suppliers / vendors should ensure that a valid
purchase order is in place prior to delivering any goods or services. The service providers/
selected Bidders/ suppliers / vendors shall at all point in time ensure that they peruse the
valid authorization from the concerned at BIAL in respect of any contract/purchase order
that has issued in favour of such person. The service providers/ selected Bidders/ suppliers/
vendors, who do not have a written contract/purchase order duly executed by an authorized
signatory, shall not have any claim against BIAL and acknowledge and agree BIAL is not liable
and obligated to any such claims.

The Bidders are expected to communicate these terms and conditions, restrictions and
stipulations to their concerned involved/participating in this bidding process.

3. OBJECTIVE

This RFP is to seek Techno-Commercial proposal from Suitably qualified and experienced service
provider/ company/ developers (‘Bidders’) for “Design, build and Operate Commercial Sales Data
and Analytics Solution” (“Proposal(s)”) at Kempegowda International Airport, Bengaluru (“Airport”),
as per the scope of work, technical specification, requirement, standards, drawings, timeline,
quantities and other details as more fully detailed herein (“Purpose”).

4. SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

1. The Purpose (in detail) including the scope of work and specifications shall be as out in
Annexure 1.
2. Notwithstanding anything contrary, at any time during the tendering process and/or
thereafter during the term of the agreement, BIAL shall have the right and discretion to make
changes (add or delete) to the Purpose; and/or suspend (in part or in full), any part of the
Purpose. In the event of such change or suspension, BIAL may proportionately increase or
decrease the price/charges/fee/ consideration, in accordance with the Proposal submitted.
3. If any works, services, functions or responsibilities not specifically described in this RFP,
4. are an inherent, necessary or customary or ancillary for the Purpose including the scope of
work or are required for proper performance or achievement of the Purpose, the same shall
be deemed to be included in the Purpose and shall be delivered without any additional
charge/fees/cost/ consideration.

5. MINIMUM ELIGIBILITY CRITERIA

Minimum eligibility criteria shall be as mentioned under Annexure 1

6. EVALUATION CRITERIA

Evaluation criteria shall be as mentioned under Annexure 1

7. GROUNDS OF DISQUALIFICATION/REJECTION

BIAL shall have the right, in its sole discretion, to disqualify any Bidder, and reject its
Proposal on the following grounds:

1. If the Bidder is found to be involved in any Corrupt, Coercive, Fraudulent or Undesirable


practices in the past
2. Supporting documents/declarations/statements (as applicable/required) not being
accompanied with the Proposal.
3. Failure to comply with the requirements of the RFP, or the Proposal being non-responsive to
the requirements of the RFP.
4. If the Proposal is not stamped, signed, sealed and marked or does not contain all the requisite
information, or not in the format as specified herein or in annexure. This may be treated as

RFP ver 1.0 _10032022

Page 5 of 36
non-responsive.
5. The Bidder submitting conditional, incomplete, ambiguous, obscure, incorrect, inaccurate,
misleading, false information, or the Proposals containing misrepresentation, any alterations
or irregularities of any kind or suppressed any fact by the Bidder.
6. If the Bidder is blacklisted or debarred by any major corporates or by the any governmental
agency.
7. Any Proposal is received after the Due Date as set-out in this RFP.
8. Any Proposal having lower Validity Period.
9. The Bidder submitting more than one Proposal.
10. Any Proposal not accompanied by the Earnest Money Deposit or if the Bidders fails to extend
the validity of EMD.
11. The Bidder will be evaluated on their past performance and prior dealings with BIAL (i.e.,
failure to meet specifications, poor workmanship, late delivery, etc.).
12. Any Proposal made by the agents, consultants, retainers, representatives or any entity other
than the Bidder, without authorization from the Bidder.
13. If the Bidder is found to be in violation of any of the conditions stipulate under Part I or II of
Clause 2 above.
14. Withdrawal or refusal by the successful Bidder; or the Bidder becomes incommunicado/non-
responsive.
15. Additional grounds of disqualification shall be as mentioned in Annexure 1.

In case of disqualification/rejection/cancellation or if the Proposal(s) are/is misplaced, BIAL


assumes no responsibility or liability whatsoever and shall not be obligated to refund any
amount (if any), paid by the Bidder.

8. INSTRUCTION TO BIDDERS

1. BIAL has adopted the tentative RFP dates/schedule as mentioned herein above for releasing,
meeting and accepting the submission of Proposals, Bidder shall adhere to such RFP dates.
2. The Bidders shall mention the RFP reference number and submit their Proposals duly signed
and sealed, mandatorily through the online bid submission portal at www.bialtenders.com,
on or before the Due Date. Instructions for online submission of the bid are provided in
Annexure 9. Bidder shall strictly adhere to the said instructions.
3. The Proposals shall be submitted as per the format stipulated in Annexure 2 & Annexure 3,
which shall include the breakup like base price (all inclusive) and any or all local taxes, Goods
and Services Taxes (GST), duties, cess or taxes, levies, transportation costs, back-to-back
support and any other costs related towards this RFP. The Bidder shall comply with all the
instructions/requirements and terms and conditions stated in this RFP. The Bidder shall
provide all the information as per this RFP. BIAL reserves the right to evaluate only those
Proposals that are received in the required format, complete in all respects.
4. The Proposals shall be unconditional, unambiguous and clear with definite number together
with a confirmation that such Proposal submitted are valid for a minimum period of 180 days
from the Due Date (“Validity Period”). If for some reason the process of the award of
bid/contract requires additional time, BIAL will be requesting the Bidders to extend the
validity of Proposals for a further period of sixty (60) days. BIAL shall notify the Bidders, at
least fifteen (15) days prior to the expiry of the Validity Period. In such circumstance, the
Bidders shall not be allowed to alter or change theirs Proposal, except to extent of changing
the Validity Period of their Proposal and EMD correspondingly. All the terms of the bidding
shall continue to be applicable during the extended validity period.

9. EARNEST MONEY DEPOSIT

1. The Bidder shall together with its Proposal, submit such earnest money deposit as mentioned
in the Annexure 1 (“EMD”) by way of a demand draft or bank guaranteed issued by any
nationalized Bank or a schedule commercial Bank in India as acceptable to BIAL, in favour of
and en-cashable by BIAL at Bengaluru. The said demand draft/ bank guarantee shall be
submitted to the address mentioned in the herein above.
2. Alternatively, a Bidder may deposit the Earnest Money Deposit into BIAL’s bank account
details mentioned in Annexure 1.
3. The EMD of the un-successful Bidders shall be returned within 60 days from the date of
RFP ver 1.0 _10032022

Page 6 of 36
announcement of the award pursuant to this RFP, without any interest, after deducting
applicable bank charges, including but not limited to processing fee, transfer charges,
currency conversion rates etc.
4. Subject to the EMD forfeiture in clause 7 below, the EMD of the successful Bidder shall be
returned upon such Bidder submitting the Performance Bank Guarantee.
5. In respect of foreign Bidders, the EMD shall be equivalent amount in US Dollars (excluding
conversion charges, if any) and shall be transferred by vide online payment to the bank
account of the BIAL mentioned in Annexure 1 or in the form of Bank Guarantee issued by the
any nationalized Bank or a schedule commercial bank (as per Reserve Bank of India schedule)
having an office at Bengaluru, India.
6. In the event of any extension in the timelines of the RFP pursuant to terms herein, for any
reason/s whatsoever, the Bidders agreeing for the extension of the Initial Proposal Validity
Period shall be required to extend the validity of EMD by renewing/furnishing a fresh Demand
Draft or extension of the Bank Guarantee in favour of BIAL within time which may be
stipulated by BIAL.
7. Regardless, the EMD may be forfeited by BIAL, if:
i. The Bidder has withdrawn or withdraws its Proposal, during the Validity Period or any
extension thereof;
ii. The Bidder makes any modification in its Proposal, after submission.
iii. The Bidder commits any breach of the terms of the RFP.
iv. If any of the declaration provided by the Bidder is wrong, false or incorrect;
v. the successful Bidder fails to execute the Agreement within a period stipulated by
BIAL;
vi. the successful Bidder has executed the Agreement with BIAL, but fails to submit the
Performance Bank Guarantee;
vii. the successful Bidder withdraws or backs-out/refuses or becomes incommunicado
after the announcement of selection of such Bidder.

10. SITE INSPECTION

BIAL shall permit the Bidders for a site inspection at a time fixed by BIAL which will be limited
to the extent of such locations and its surroundings of the Airport that may be required for
the Bidder to evaluate and understand the requirement and obtain for itself, on its own
responsibility and cost, all information that may be necessary for preparing the Proposal.
Further, it shall be deemed that, the Bidder has made itself aware of the working conditions
and other requirements of the respective locations, and the Airport and is aware of the facts,
prior to submission of the Proposal. Bidder shall at all times during such visit or inspection
strictly follow and adhere to BIAL’s safety and security policies. The Bidders, their personnel
and agents, will exercise due care and will be responsible for personal injury or death, loss
of or damage to property and any other loss, damage, costs and expenses incurred as a result
of such inspection. The Bidders, their personnel and agents will release and indemnify BIAL
and its personnel and agents from and against all liability in respect thereof. A site visit will
be conducted on the date mentioned herein above. The Bidders desirous to undertake site
inspection, shall inform BIAL in advance, the name of its authorized person, nationality, date
and place of birth with a copy of his/her identify and address proof. The maximum number
of representatives of the Bidder, who would be permitted to visit the locations, shall be
restricted to two (2) persons.

11. QUERIES FROM BIDDERS

Any queries/clarifications relating to this RFP may be submitted through the online bid
submission portal at www.bialtenders.com or e-mail id mentioned herein above, in the
prescribed format as per Annexure 8, along with RFP reference number, on or before Due
Date specified in this regard. Any incorrect, irrelevant and repetitive queries shall not be
entertained. All responses to the queries shall be published by BIAL through addendum(s) to
the RFP, through the online portal and/ or email. BIAL may at its discretion call for meeting
in order to provide the response to the clarifications/queries and Bidder shall attend such
meetings and seek the required inputs from BIAL. BIAL do not assume any liability in respect
of any errors or ambiguities in the RFP, irrespective of whether such error or ambiguities are
rectified subsequently.
RFP ver 1.0 _10032022

Page 7 of 36
12. AMBIGUITY/DISCREPANCY

Any discrepancy, omission, ambiguity or conflict in or among the documents forming part of
the RFP, or the Scope of Work, or any doubt as to their meaning, interpretation and any
ambiguity should be called to the attention in writing by e-mail to email address mentioned
herein above. BIAL will on its assessment of the query and at its discretion may issue a
clarification. The Bidders will disregard any oral instruction issued by any person, unless
issued in writing by BIAL. BIAL may, in exceptional circumstances and at its sole discretion,
extend the Proposal Due Date by issuing an Addendum/Corrigendum on its website and/or
Tender website.

13. ADDENDUM / CORRIGENDUM

BIAL may at its discretion (with or without assigning any reason), at any time prior to the Due
Date or bid opening, modify the RFP by issuing Addendum/Corrigendum in respect of this RFP
or the subject matter herein. Any addendum/Corrigendum so issued, shall form a part of
this RFP, and shall be uploaded in the BIAL website and/ or on online bid submission portal
at www.bialtenders.com and/ or communicated by email to all the Bidders. In an event of a
Bidder, who have already submitted their Proposals do not modify their bids, as a result
of/pursuant to the Addendum/Corrigendum, such Proposal submitted shall be treated as final
Proposal submitted by such Bidder, and shall be deemed that, such Bidder do not intend to
modify its Proposals already submitted. In case of issuance of Addendum/Corrigendum, BIAL
shall reserves its right to modify/alter the dates in relation to this RFP.

14. AWARD PROCESS

1. Techno-commercial process: BIAL will, as per its procedures, evaluate the Proposal of only
those Bidders, who have technically satisfied the criteria as mentioned in Annexure-I and II
and complied with the other requirements of this RFP. BIAL will evaluate the Proposals of
the bidder’s as per evaluation criteria, basis which eligible bidders will be ranked according
to their combined technical and financial scores. The bidder with the highest combined score
will be the first ranked bidder. BIAL also reserves the right to invite the next highest
combined score bidder for negotiation and finalisation. In the event the proposals of two or
more consultants have the same scores in the final ranking, the proposal with the highest
technical score shall be ranked first
2. BIAL reserves its right to accept any Proposal and to reject any or all the Proposal(s) received
at its discretion without assigning any reasons or can change the process of the selection at
any time during or after the RFP process or withdraw the RFP or any part of the bidding
process or to vary any of the terms at any time prior to award of the contract and BIAL shall
not be held responsible in this regard.
3. The selected Bidder shall sign the agreement(s) containing detailed terms, conditions, scope
and Purpose. Alternatively, BIAL in its sole discretion, may notify the award of the bid by
issuing the Letter of Intent (“LOI”) to the selected Bidder. Upon such communication from
BIAL, selected Bidder shall be bound by and obliged to enter into an agreement with BIAL
within the timeline in this regard. The agreement to be signed by such selected Bidder shall
be consistent with the agreement enclosed in Annexure 10. After completion of RFP query
stage and evaluation of Proposal, the agreement in its form and substance shall be considered
as final and selected Bidder is expected to sign the agreement without seeking any deviation.
4. If such selected Bidder do not comply with the instruction stipulated herein and in the
relevant communication, BIAL reserves its right to take any action against such selected
Bidder including seeking specific performance and/or any other remedies available under
law. Without prejudice to any of its rights, BIAL may, in such circumstance, further reserves
its right to proceed with other Bidder / Proposals or cancel the RFP procurement process, as
it deems appropriate.

15. RETENTION MONEY, PERFORMANCE BANK GUARANTEE, LIQUIDATED DAMAGES AND SERVICE
LEVEL CREDITS

1. Retention Money: Such percent of the amount as mentioned in the Annexure 1 shall be
RFP ver 1.0 _10032022

Page 8 of 36
retained by BIAL as “Retention Money”. Retention Money shall be retained from the payments
against running bills of the successful Bidder. Alternatively, the successful Bidder can choose
to submit a bank guarantee in lieu of deduction towards Retention Money, in a format
prescribed in Annexure 4, subject to obtaining prior written approval from BIAL for such
alternative security. The successful Bidder shall submit such bank guarantee from a scheduled
commercial bank in India acceptable to BIAL, and which is also having branch at Bengaluru,
in the format prescribed in Annexure 4 and pre-approved by BIAL. Such bank guarantee shall
have provision that enables BIAL to invoke the bank guarantee and the amount so
demanded/claimed shall be paid to BIAL at Bengaluru. BIAL will return such Retention Money
(without any interest) /bank guarantee (as the case may be) subject to
i. after adjusting the deductions if any, and/or
ii. on issuance of No liability/ clearance certificate,
within thirty (30) days of completion of the Defect Liability Period/ Warranty Period or
the claims expiry period mentioned under the said bank guarantee, whichever is later (as
appropriate).
‘Defect Liability Period’ will be such period of time as mentioned in Annexure 1.
2. Performance Bank Guarantee (PBG): The selected Bidder shall, at its own cost and
expenses, furnish the PBG equivalent to such amount as mentioned in Annexure 1 towards
the due performance of its obligations herein, within thirty (30) days, from the date of award
or the purchase order or the execution of agreement, whichever is earlier. The PBG shall be
procured from any scheduled commercial bank in India acceptable to BIAL and which is also
having branch at Bengaluru, in the format prescribed in Annexure 4. Where the selected
Bidder fails to furnish the PBG, BIAL shall have the right to deduct the amount equivalent to
the PBG amount from the bills payable to the selected Bidder (at the rate of 10% of the gross
amount of each running bill till recovery of total amount equivalent of PBG value) and the
same shall be treated as performance security (“Performance Security”). BIAL shall have the
right to deduct any amount from the Performance Security or invoke the PBG for any amount
towards any non-performance of the obligations by the selected Bidder. Such deduction or
encashment shall either be in full or in part, based on the non-performance by the Selected
Bidder and on a case-to-case basis, each at the sole discretion of BIAL. Subject to satisfactory
performance of the obligation by the Selected Bidder and/or any other deduction, the PBG
or the Performance Security will be released within a period of three (03) months after the
issuance of completion certificate by BIAL or the user acceptance test or the claim expiry
period mentioned in PBG (as appropriate), whichever is later. The PBG or the Performance
Security shall not carry any interest.
3. Liquidated Damages: In addition to any other remedies available under law, (without limiting
to injunctive reliefs if any) that BIAL may have, the Bidder shall pay an amount of 1% of the
contract value, per week, and subject to a maximum of 5% of the contract value, which shall
be deducted as liquidated damages for delayed period for completion, beyond the agreed
timeline. Parties agree that the Liquidated Damages is the genuine pre-estimate of the loss/
damages that BIAL is likely to face as a result of such delay. The Bidder understand agrees
and confirm that the payment of Liquidate Damages is not in form of penalty and shall not
be construed as the final costs and expenses of any kind. Notwithstanding anything contrary,
the payment of liquidated damage by the selected Bidder, shall not relieve or absolve them
from any of its/their obligations including performance of the contract and the Bidder shall
continue to be liable and responsible in respect of performance of the contract.
4. Service Level Credits: For contracts involving the provision of services, the Service Level
Credits shall be prescribed by BIAL and captured in the agreement and such Service Level
Credits shall be provided to BIAL where appropriate and applicable.

16. CONTRACT VALUE AND PAYMENTS

1. The contract value of this RFP and the payment terms of BIAL shall be as mentioned in
Annexure 1. The said contract va l ue shall remain firm and shall not be subject to
escalation during the term of the Agreement for any reason whatsoever including due to
fluctuation/ change in the duty/tax structure, changes in costs related to the materials and
labour or other components.
2. All undisputed payment by BIAL shall be made only upon BIAL being satisfied about the
Purpose or acceptance, within such period as mentioned in Annexure 1 from the date of
receipt of clear and certified invoice. Any or all payment to be made by BIAL to the selected
RFP ver 1.0 _10032022

Page 9 of 36
Bidder shall be made subject to the deductions, if any. No other cost whatsoever will be paid
by BIAL.

17. MINIMUM QUANTITY, UPWARD REVISION AND/OR REPEAT ORDER

The Bidder agrees that quantities given in this RFP are minimum requirements and are in no
way exhaustive and/or guaranteed by BIAL. It shall be the responsibility of the Bidder to meet
all the requirements contained in the RFP and any upward revisions (either quantity or price)
up to the extent of five percent (5%), shall be carried-out by the Bidder, without any extra
time and cost to BIAL. BIAL reserves the right to place repeat order for the same items at the
same contracted rate/price, up to the extent of one hundred percent (100%) of the final
order quantity, within one (1) year of placing the last order, if required by BIAL.

18. GENERAL

1. BIAL may, at its discretion, cancel/annul/terminate/withdraw/re-tender this RFP process at


any time without any prior notice or assigning any reason whatsoever and without any
obligation or liability whatsoever and BIAL shall not be responsible for /or obligated to make
payment whatsoever.
2. By submission of the Proposals, the Bidder unconditionally agrees to all the terms and
conditions and agrees to submit the most up to date information, documents/records as may
be required by BIAL from time to time and/or the Bidder deem appropriate and also declares
that the contract with BIAL (if any) is not terminated in the preceding 3 years.
3. BIAL may, at its sole discretion (with or without assigning any reason), extend or modify the
Due Date, in which case, original deadline will thereafter be subject to the extended deadline
on the same terms and conditions, unless the same have been modified or amended.
4. BIAL’s determination as to whether a Bidder is qualified and selected, will be based on the
information submitted by the Bidder in its Proposals, statements and/or affidavits (if
requested by BIAL), interviews (if applicable) as part of the bid process and from other
sources to the extent the same considered as valid by BIAL.
5. The successful Bidder shall achieve the Purpose in accordance with the scope and promises
that the deliverables shall be free from all defects, damage, deficiency and free of faults of
workmanship, be of the highest grade, consistent with the established and generally accepted
standards and “fit for purpose”. In the event the purpose is not achieved, or the
products/services/deliverables are found to be defective or not in accordance with the
scope, quality or the specifications prescribed by BIAL, the successful Bidder shall
replace/rectify the same forthwith at no cost to BIAL.
6. Any or all information pertaining to BIAL’s business; or provided or made available by BIAL to
the Bidder; or received or pursued or observed by the Bidder, shall be the sole property of
BIAL and the Bidder shall keep such information confidential, at all times, and shall not be
disclosed to any third party at any time, without prior written approval of BIAL. The Bidder
shall use such information only for the Purpose of submitted the Proposal and nothing
contained herein, shall confer any right upon the Bidder, or any obligation upon BIAL. The
Bidder hereby voluntarily and unequivocally agrees not to seek any claim, damages,
compensation or any other consideration whatsoever, on this account, from BIAL and
relinquishes all its right in this regard.
7. The Bidder shall be responsible for obtaining and maintaining all permits, sanctions,
consents, approval and also shall comply with all the laws, orders, regulations or other
instructions issued by all relevant and appropriate authorities.
8. Where applicable, successful Bidder shall adhere to the instruction/order issued by Bureau
of Civil Aviation from time to time and shall obtain the security clearance as appropriate and
to the extent the successful Bidder is required to perform any activities in the airside or the
peripheral of the airside, the successful Bidder shall ensure that all its personnel/employee
are properly trained and security measures, if any, shall be treated as a serious offence and
dealt with the same accordingly, including forthwith termination of the contract/award at
the cost and expenses of the selected Bidder. The standard instruction/ order issued by BCAS
is annexed as Annexure ## for ready reference of the bidder(s).
9. BIAL reserves the right (but not the obligation) to verify any, or all statements made by the
Bidders in response to this RFP, and to inspect the Bidders’, places of business, etc., if
necessary, to establish to its satisfaction about the Bidders ability and expertise to achieve
RFP ver 1.0 _10032022

Page 10 of 36
the Purpose and Bidder shall fully cooperate in this regard.
10. All documents and/or any other information submitted pursuant to the RFP shall remain the
property of BIAL.
11. In case of disqualification/rejection/cancellation or if the Proposal is misplaced, BIAL
assumes no responsibility or liability whatsoever. BIAL shall not be liable or held liable for
any loss, damage, expenses, costs or liability arising out of this RFP (either directly or
indirectly). BIAL shall not be held liable for any damage or loss caused to the Bidder due to
injury or death of any of its personnel.
12. Any assignment of any rights hereunder or this RFP or the Proposal, in any manner
whatsoever, including by operation of law or otherwise, without the prior written consent of
BIAL, shall be void. Any such consent shall not relieve the Bidder/Vendor from its obligations
under the RFP. The Bidder shall not give, bargain, sell, or sublet or otherwise dispose-off the
Proposal or any part thereof, or the benefit or advantage of being the selected Bidder, to
any third party.
13. This RFP, the Proposal and/or any arrangement hereunder shall be governed by the laws of
India and the courts at Bengaluru shall have the exclusive jurisdiction.
14. Any communication with respect to this RFP, shall only be in writing and to be addressed to
the person designated.
15. If any of the bidder/ vendor/ supplier/ contractor/ consultant is found indulging in Corrupt,
Fraudulent, Coercive, and Collusive practices including poor performance of supply / services
of/ in relation to BIAL, then such bidder/ vendor/ supplier/ contractor/ consultant maybe
subjected to procedure / guideline of blocking/ banning/ debarring / blacklisting, from the
approved vendor list of BIAL, for a minimum period of one year and upto 3 years, depending
upon the severity of violation. In extraordinary circumstances, the period of blocking/
blacklisting may extend beyond 3 years. During such period of blocking / blacklisting, BIAL
will not deal or allow its group companies to deal with such blacklisted vendor/ supplier /
contractor / consultant, in any manner.

RFP ver 1.0 _10032022

Page 11 of 36
ANNEXURE 1 – RFP PARTICULARS

A. PURPOSE - SCOPE OF WORK, SERVICES AND TECHNICAL SPECIFICATIONS:

Scope or
POS Sales Data • Capture through a direct interface with concessionaire POS
system
AOS Data • Data provisioning from AOS as flat file or direct interface
with AOS, as may be agreed.
Commercial • Harmonized product categorization across retailers
Analytics • Sales transaction data including but not limited to boarding
pass information, where ever applicable (Eg: Duty Free) cross
reference to AOS data like flight, pax, destination, etc.
Interface with SAP • POS sales data extraction in standardized format from EPOS
system to SAP for income computation and billing
Training • Business and IT user training
Operational Support • Support and maintenance for the solution.

Operator shall provide the Solution and /or Service relating to ePOS solution on a cloud–
platform / on-premises solution, which includes the followings:

a. Perform capacity planning for hardware sizing, operating system / database and optimal
solution and architecture.

b. Design, development, customization, integration & implementation of the Products and/or


Service for ePOS incorporating the functional and technical requirements through
implementation and deployment.

c. Data migration and integration wherever necessary, and provide interfaces for different
concessionaire-owned POS.

d. Provision of required environment for Developing, Testing and Hosting.

e. Integration of Business Intelligence solution with airport AOS (Airport Operations System).

f. Application deployment.

g. Integration and testing to address the following:

o Functional Testing: Operator shall perform the functional testing to ensure that the
specified functionality required in the requirements works;

o Stress Testing: Operator shall perform stress testing to evaluate how application
behaves under unfavorable conditions. Testing shall be conducted at beyond limits
of the specifications;

o Performance Testing: Operator shall perform Performance Testing to assess the


speed and effectiveness and to make sure it is generating results within a specified
time as in performance requirements;

RFP ver 1.0 _10032022

Page 12 of 36
o User acceptance Test on different parameters/ business rules and system handover
Sign-off;

o User training.

h. Support and Maintenance:

o Cloud subscription for a period of five (5) Years with 98% services on cloud uptime;

i. Operator shall host the solution infrastructure and manage the solution end-to-end
including hardware, operating system, network security & anti-virus on “turnkey basis”.

j. The solution shall be BIAL device agnostic and BIAL network-agnostic.

k. The data collected from BIAL’s various concessionaires or their point of sale (POS terminals)
including data received in the central server (application server) shall solely be owned by
BIAL. Operator shall not use such data for any purpose whatsoever.

PHASED INSTALLATION

The solution shall be installed in a phased manner as detailed below:

a. Phase 1 - Pilot and User Acceptance Test (UAT): Operator shall initially implement the said
solution in 3(three) mutually selected concessionaires. In the said pilot and user acceptance
testing, a detailed sales data collection, shall covered as a base scope and this Phase may
include:

a. Sales data capture through direct interface with POS system for 2 concessionaires
i.e. pull method

b. Sales data provided by retailer for one concessionaire i.e. push method. -.

c. Implementation of the pilot solution to be effective within 17 weeks from the


Commencement Date.

d. The said pilot project of solution shall also include the 1) reconciliation between
detailed sales data to be submitted by the concessionaire for the period and the
sales reported in the proposed system as well as User Acceptance Testing; 2)
Harmonized Product Master and 3) AOS Data ingestions;

b. Phase 2 - Go Live with all other Concessionaires: Complete Roll out of the solution with all
the concessionaires and different POS solutions. This Phase 2 may include:

i. Sales data capture through direct interface with concessionaire POS system
where feasible i.e. pull method

ii. Sales data provisioning through UI (portal) Based Uploads i.e. push method

iii. Sales data feed to SAP

RFP ver 1.0 _10032022

Page 13 of 36
3. TECHNICAL ARCHITECTURE AND SPECIFICATIONS

a. Operator shall ensure that the Solution supports and is adaptable with the following type of
concessionaire

a. Concessionaire Type 1: In this model the sales data will be captured from POS
system of the concessionaire i.e. Pull method

b. Concessionaire Type 1: In this model the sales data will be provided by the
concessionaire i.e. Push method

b. Operator shall ensure that Solution and Service here under shall

a. be based on open industry standards and technologies;

b. be scalable to cover additional modules in line with the growth of BIAL;

c. ride on the Airport LAN (Wired/Wireless), if on-premises;

d. provide the function to create business rules to measure different parameters, as


specified by BIAL;

e. be accessible on mobile devices and support all standard mobile platforms such as,
Android OS, Apple iOS, etc.;

f. be web-based and easy to access from outside office and allow the external
stakeholders to view the dashboards, limited to their operations;

g. support standard databases like SQL/Oracle;

h. be capable of integrating with existing or forthcoming tools or various digital


solution of BIAL including Digi Yatra, Business Intelligence Tool, Enhanced Digital
Platform, Payment Gateway system and Pre-Paid Payment Instrument/ System,
Campaign Management Platform, Loyalty Programme etc.;

i. support latest version of standard browsers like MS Edge, Chrome, Mozilla Firefox
etc…;

j. provide application status and error conditions for all functionalities;

k. be able to back-up the data using the standard back-up procedure as per BIAL
requirement.

c. Operator should clearly provide the details of the infrastructure used and provide the data
storage space required on the cloud. Operator shall specify on how the storage space can
be increased or decreased, depending on BIAL’s needs;

d. Operator shall clearly explain and adopt various security measures while ensuring the
system flexibility and adequate level of control.

4. Reporting:

a. Operator shall provide all the default reports in their comprehensive format the application
supports (“Report”). The Report shall include the following parameters which are not
exhaustive reporting fields / data points to be captured from all the concessionaires:

RFP ver 1.0 _10032022

Page 14 of 36
a. Monitor and analyze spend and revenue in different zones of the terminal or
different terminals.
b. Store-wise sales report.
c. POS-wise sales report.
d. Time series reporting and analysis-hourly, daily, monthly, quarterly, yearly, etc.
e. Product category vs Sales report.
f. Consolidated Sales Report.
g. Area-wise sales report.
h. Concessionaires name
i. Access market share by sales category and shop category.
j. Product group identification and description.
k. The solution provided by Operator should be able to support and Integrate beacon
and other footfall measuring technologies.
l. Boarding pass scanning (passenger name, contact details, destination, airline, flight
number, gate number, etc., based on information captured by the scanning
system).
m. Baggage belt allocation data for International Arrival Passengers.
n. Gate allocation data, which can help using assisting passengers of particular
flight/flights past specific zones in the terminal for International/Domestic
Departure passengers (AOS integration).
o. Access the impact of the promotions if they have led to an increase in sales per Pax,
basket size, category-wise performance, etc.
p. Identify the conversion rates of the passengers flying on routes.
q. CRM program should be able to support and integrate with POS.
r. No additional charge or fee to be levied on Software Upgradation.
s. Any other sales reports as requested by business
These reports should be rendered on both mobile phone and desktop.

b. The operator should ensure to integrate the barcode scanning of the passenger boarding
pass with solution/applications and thereby provide/generate passenger-wise (domestic,
International, Airline/Airline routes) sales report as per the below format. This applies
when the concessionaires use their own POS or any software provided by the operator,
which is compatible for scanning the boarding pass.

c. The solution shall:

o allow slicing and dicing data by destination, by flight, by carrier, by product


category, by concessionaire, by day of the week, time of the day, etc., for analysis
of sales performance by the concessionaire, by airline, by flight, by time of day,
etc.

o send alerts to the authenticated users for manual inputs in the event, automatic
reporting is not carried out due to application error / network failure and able to
provide logs for the same for Root Cause Analysis.

o support scanning the IATA 2D bar code data from the boarding passes / mobile
phones to capture the passenger related data and transferred along with sales data
from POS terminals

a. All reports shall have the “Export to Excel and compatible format”. The reports shall be
capable to be provided in web-based format.

RFP ver 1.0 _10032022

Page 15 of 36
b. Operator agrees that it shall customize the required styles of reports as per BIAL
requirement during implementation at no additional cost.

5. Data Collection from Concessionaires

a. The solution shall be able to collect all LIVE data from the concessionaires POS/Web based
and remove duplication of data during uploads as the concessionaires might have multiple
and different POS systems.

b. The transfer of all sales and other data to the solution database shall be with very minimal
intrusion in the concessionaires’ systems.

c. Solution shall be able to sync and adapt with and work on multiple POS machines (e.g.,
IBM, Wincor, Panasonic, HP, Toshiba, etc.).

d. The collection of the data is from the POS machines installed by the concessionaires and in
case the data cannot be captured from such POS, then the data to be captured through
other flexible solutions.

6. Auditing and Monitoring

a. Operator shall ensure that

a. The LIVE data captured shall automatically trigger information to the airport on any
revenue leakages.

b. Any missing transactions or any data should be captured and a log or report to be
made daily.

c. The solution shall capture the discounts offered. Business Intelligence should show
the actual discounts offered by a concessionaire (product wise/item wise).

b. Operator shall ensure that the solution shall meet the following functional requirements:

a. Provides the ability to BIAL to ensure monitoring of sales effected by the retail
outlets, F&B outlets and other service outlets, thus ensuring compliance with the
retail / F&B / service contracts.

b. Allows sales data from the concessionaires to be centrally collected, analyzed,


reported on, audited, and used for invoicing of revenue-sharing concessions and be
the subject of business intelligence reporting.

c. provide sales Management Information System (‘MIS’) reporting. Data can be


collected using the web services, Comma Separated Values (‘CSV’) files or even
Microsoft Excel (data transfer preferred through interface with minimum manual
intervention).

c. The operator shall submit the duly signed monthly audit report regularly to BIAL.

7. Dashboard

RFP ver 1.0 _10032022

Page 16 of 36
• The operator shall present a default dashboard (on mobile and desktop), which
enables monitoring of the sales. The dashboards/reports shall be customizable by
Operator during actual implementation by BIAL on successful training, within the
proposed budget and warranty period. Dashboard should have reporting & edit rights
by hierarchy.

8. Modularity

a. The solution should be modular to allow implementation of the additional functionalities


without adversely affecting the overall system solution.

b. The solution should have the Ability to integrate with the BIAL’s business intelligence
server.

c. The solution should have the ability to enhance the application and implement turnkey
solutions in future.

d. The solution should be capable of categorization of product (main category, subcategory,


etc.) with the concessionaire’s solutions based on harmonized product master which will be
provided by BIAL

9. Scalability

a. The application/Services hereunder and the system shall be scalable to support an increase
in the volume of the Concessionaires‟ and POS terminals.

b. The application/Service hereunder shall support multiple data file formats.

c. The application/Service hereunder shall be scalable to allow load balancing between the
future servers as and when the use of solution grows.

10. Software Upgrade

Any update or upgrades or patches to the solution shall be provided by operator at


no additional cost and as a part of the support and maintenance coverage. Operator
shall ensure that such updates, upgrades or patches shall be provided on a test
environment basis for User Acceptance Test by BIAL prior to deployment to the live
environment. Post successful user acceptance test, the said update or upgrades may
be deployed to the live environment. All such updates, upgrades and/or patches shall
be executed and deployed without incurring a service downtime.

11. Support

Operator shall provide the total system solution including software, training, and
hardware/software maintenance with defined SLA’s. The operator shall at its own
cost, correct all software defects and ensure smooth function of the solution within
the agreed timeline. Operator shall have a robust backup mechanism to provide
safety against any data loss. This support shall be provided for 10 hours a day and 5
working days a week.

RFP ver 1.0 _10032022

Page 17 of 36
B. Eligibility Criteria: Each of the participant/Bidders should fulfil the following eligibility criteria:
a. Technical Criteria
i. Minimum work experience and proven track record of three (3) years or more in
the field of commercial sales data integration and analytics.
ii. Should possess and have prior experience of performing and completing the
works of similar nature as per this RFP scope in the preceding last two (2) years
b. Financial Criteria.
i. The Bidder shall have a “Net Worth” of at least INR 10,00,00,000 (Indian
Rupees Ten Crore Only) in at least one of the 2 (two) financial years preceding
the Submission Date, duly certified by the statutory auditor

C. Evaluation Criteria: Fitment to solution as per requirements stated in the RFP.

Criteria Weightage
Functional Criteria 275
End-to-end BI for BIAL commercial business at a granular level (for 100%
non-aero commercial transactions) including merchant integrations for all 100
POS systems at a SKU level
Granular and customizable reporting and analytics for BIAL 75
Contract management module with calculation for BIAL progressive
50
revenue share
Reconciliation and proactive identification of revenue leakages (if any) 50
Technical Criteria 325
Security Compliance : IAM, data privacy& protection, Information security
controls , Application &Infrastructure security (VA/PT/SSAT/DSAT/OSS). 100
Ability to adapt to evolving security bill
Proposed Solution: Application Architecture , Logical Architecture , Data
75
architecture, Application NFR , Roadmap
Maintenance service and Support , Monitoring , SLA, Change management
50
,Governance, Processes, Metrics
Infrastructure Architecture ,HA, Firm DR Plan , Backup & recovery 45
Integration methodologies such as Store POS systems ,Data platform,
40
payment gateway ,EDP etc.
Project Management , Implementation , team skills , SDLC processes 15
Financial Criteria 400
Rental offered to concessionaires over 5 years 150
Integration / data migration costs per integration over 5 years 75
Revenue share offered to BIAL 75
Proposed Capex over 5 years 50
Proposed Opex over 5 years 50
Overall 1000

BIAL shall evaluate the Proposals of only those Bidders, who have satisfied the Minimum
Eligibility criteria and complied with the other requirements of this RFP. BIAL shall evaluate
the Proposal based on both the technical-commercial and the financial proposal provided by
the Bidder in the Proposal and prepare a final ranking list based on such evaluation.

The Commercial Proposals will be evaluated of only those Bidders, whose Technical Proposals
are determined to be fulfilled as per the evaluation criteria mentioned herein.
The Bidders should ensure that, sufficient information is provided to enable BIAL to make
judgments about their suitability and in assessing the Proposals submitted.

The technical proposals are evaluated first, the minimum technical qualifying marks
is 70% (420 points out of 600). Prospective Bidder achieving 420 points or greater, will
go to the financial evaluation stage. During the final evaluation of the Proposals the

RFP ver 1.0 _10032022

Page 18 of 36
Bidder with the highest combined (Technical & Financial) score will be invited for
further round of discussion.

D. Earnest Money Deposit: NA

E. Defect Liability Period (if Applicable): 24 months from the successful completion/ handover

F. Warranty Period (if applicable): Service Warranty period will be applicable for entire duration
of the contract as detailed in Annexure 1.

G. Location and Duration:


Location: At Airport. BIAL at its discretion shall have the right to change the location any time.
Delivery/installation: Timelines to be detailed by bidders.
Contract validity: 5 year from the date of Purchase Order/Agreement (whichever is later)

H. Payments Terms: 45 days from the date of receipt of clear invoice and acceptance, if
applicable.

I. Performance Bank Guarantee Amount: 5 % of the Contract Value till end of the contract
period.

J. Retention Amount: NA

K. List of Approved Makes (If Applicable)

Sl.
No. Description Manufacturer
1
2
NOTE: 1. All the non-OEM Bidders should be authorized dealer of the products/services or should
have a written approval of the brand / manufacturer before execution of the Services and also
provide maintenance support if required.
2. Materials which are not part of above list and required for execution has to be approved by BIAL
prior to execution of the Services.

L. BIAL’s Bank Account Details: NA

M. Other Terms/Conditions (if applicable)

RFP ver 1.0 _10032022

Page 19 of 36
Annexure 2 – IT requirements and NFRs

Shall comply to below NFR requirements


Requirement Requirement details
Vendor is Responsible for the infrastructure, hosting, customization, Validation,
monitor, implementation, and maintenance of the system.
Vendor must Monitor the performance of the solution, platform, and relevant
ecosystem.
Should have Load balancing and failover mechanism.
The cloud platform needs to be hosted within India. This includes both DR (If
Hosting
solution demands) and DC hosting platforms
Application should be deployed on a dedicated tenant for BIAL
Cloud-based platform preferred to be from top providers such as AWS, Azure
and should get an agreement from BIAL
A separate UAT environment must be provided recommended to be an emulated
configuration of production environment.
The application should have an open and scalable architecture ensuring
extension on a need basis and flexible in integration with other sources.
Technology & In case any open-source software is used as part of the solution, it should have
Architecture adequate enterprise support. All rights with BIAL to allow/disallow any open-
source community edition case by case.
All the technology stacks in the solution must be of stable version of N or N-1.
The application shall have a centralized configuration management module to
Configuration
manage the framework of the system, to avoid breaking changes and system
Management
downtime
Access and Controls shall be defined to access data and other data assets
Data related to this solution.
Management
There shall be a rigid, standardized Data Management approach adopted.
The application shall have Super Administrator logins who will have complete
access to the system and validate, authenticate, requirement and manage the
applications overall user access.

Identity Authenticate with the Microsoft Active Directory for BIAL users and external
management users' access has to be complied to BIAL Access policies.

The system should have the capability to report all the unauthorized access &
should be notified to the admin and all these transactions will be logged and
reported
RFP ver 1.0 _10032022

Page 20 of 36
Role based access control should be available
Rich UI and allows rendering on multiple platforms including, but not limited to
a. Laptop’s, Desktop PC’s
b. Tablets
User Interface c. Mobile Responsiveness
The UI shall incorporate features like responsive web and mobile first design
methodologies to offer a functional, consistent, and rich UI across these
platforms
1. Support all the major browsers not limited to.
a. Microsoft Edge- This needs to be mandatory and primary engine with
Browser mobile responsive UI
support
b. Mozilla
c. Google Chrome
Designed for operation 24 hours a day, 7 days a week throughout its life. The
system needs to have an extremely high fault tolerance and resilience against
any single point of failure.
Availability
The availability of the system shall be 99% on monthly basis.
Bidder/Vendor to provide high availability in all components of the solution
that includes infrastructure and application
There needs to be defined periodical checks done through automation or
manual to check and report the performance and maintenance activity of the
system.
BIAL expects the response time of various actions on the site to be 3 seconds or
Performance less.
The capacity shall be min 1000 transactions at a single point of time. Load
testing must be performed for the peak time load for continuous 1 hour to
ensure smooth operation at peak load. Peripheral system transactions also need
to be validated with specified performance parameter agreed by BIAL.
Provide details on the h/w and s/w monitoring for all the key services and
processes.
Process and
The key parameters including response times and rate of failure shall be
Services
monitored continuously.
Monitoring
Proactive notification of issues on the overall system including h/w and s/w
components
Bidder/Vendor to ensure Patches and Upgrades are applied on time and
provided detailed report to BIAL.
There shall be SLA and SOP’s tracking and monitoring of the performance of the
Maintenance
hosting platform and the application.
All updates and patches for the system shall be executed without incurring a
service downtime. If a downtime is incurred, then the SOP needs to be adopted.
Robust backup mechanism and safeguard against any data loss.
The data that is backed up includes database data files and other important
Backup and
resources like certificates and any configuration files.
recovery
There shall be two types of data backup - Full Back Up -The data backup needs
to be done every day.

RFP ver 1.0 _10032022

Page 21 of 36
Full Back Up -The data backup needs to be done every day.
Incremental Back Up - The system should also support a incremental back up
where the frequency of back will follow BIAL’s requirement.
Ability to bring the system back in case of failure in 2 Hrs. [RTO (Recovery Time
Objective) = 2 hrs.]
The proposed solution must support ZERO Hr. RPO (Recovery Point Objective).
(No Data Loss)
Provide a robust auditing mechanism which provides a clear delta between
before-state and after-state for system access.
Able to intercept, monitor and track all types of access including user login,
process/service access, network access, database access, and system content
and configuration changes.
Audit and The identified secure operations shall be tracked and logged in the audit log
Logging maintained by the system.
Auditing console through which auditing can be centrally enabled when required
Log all the relevant information like error messages, state information.
Bidder must agree to any IT (Information Technology) Security audits by BIAL, or
third party engaged by BIAL
Purging/Archi Clear policy for archive/Purge historical data with agreement from BIAL
ve It shall be possible to access the archived data, should the need arise.
Has a well-designed recovery mechanism.
The recovery mechanism shall be aligned with the backup strategy and business
continuity plan. There should not be any data loss across all channels of data
capture.
Disaster The recovery mechanism shall ensure business continuity in the event of a
Recovery failure.
The Bidder/Vendor should provide all details of the recovery plan and the
process that comes into effect pre and post recovery
The bidder should size the infrastructure based on the RPO, RTO, Uptime and
Performance parameters defined.
Exchange information with other sources preferably through API’s but should
Integrations support all possible ways of secure integration.
for future Solution must be capable of integrating with BIAL systems (SAP, DICE, and AOS
etc.) and any other external system on need based.
Security The Bidder to abide BIAL security policies.

Software The vendor is responsible for all Licensing requirements for the solution. Also
License extended to any requirements based on BIAL’s recommended approach.

Should provide extensive documentation related to the system such as


1 Application Architecture
2. Deployment Architecture

Documentatio 3. Security Architecture


n 3 Database layouts and architecture.

Information seeked from Bidders:


RFP ver 1.0 _10032022

Page 22 of 36
Technology stack
# Component Name & Version
1 Web Server & Underlying OS
2 Application Server & Underlying
OS
3 Database Platform & Underlying
OS
4 Development Technology
5 List of Compatible Browsers.
6 Development Platform for Mobile
App
7 OS Compatibility for Mobile App
8 Others (if not captured above)

Technical details
# Description Details
1 Deployment location (Hyperscaler in case of
cloud solution)
2 Hardware usage, if on-premises – new vs.
reuse, remaining life of re-used hardware,
etc.
3 Are OS, DB & software N or N-1
version/release?
4 Additional licensing requirements (apart
from s/w) – OS, DB, integration platform

5 Use of open-source software (does it include


any community version?)

6 API integration capabilities exist


7 Native and/ or Responsive Mobile app exists
8 Mobile apps compliant with ACE (App Config
community guidelines)

9 Compliant with 3rd party EMM solutions (list


down few based on partner response)

10 Performance requirements (response time,


throughput, concurrency)

11 Compliant with 3rd party Master Data


Management solution
12 RPO RTO offered by the solution
13 Uptime availability offered
14 HA, DR & backup provided
15 Infra sizing & scalability (scale up or scale
out), references of application being used
for similar workload (concurrent users,
transactions per second, data size, etc.)
16 N/W bandwidth & infra requirements in case
it has any dependency on BIAL

RFP ver 1.0 _10032022

Page 23 of 36
17 Existing ITO partner has relevant skills and
will support? If No, then describe ITO
support plan
18 Other Customers exist in India
19 SI & Support partners exist in India
20 Partner supports data destruction upon exit
(in case of hosted solution) and also
provides options to exit after termination of
contract
21 Security Governance – Does the Organization
implement a Security Program which is
overseen by a senior executive, supported
by management with regular management
reviews and internal / external assessment
22 Secure Development Life Cycle (for
applications): Provide details on the
measures partner has implemented in each
stage of their product development (E.g.,
Static/ Dynamic Code Analysis, Secure Code
review, Secure & Binary scanning,
Vulnerability Scanning, Threat model,
Security Review & sign off etc.)
23 Security Standards & Certifications:
Security standards aligned with the Program
(E.g., ISO 27000/38000 family, NIST etc.)
Security certifications obtained (ISO 27001,
SOC2 Type1 and Type 2 etc.)
24 Identity & Access Management
Authentication: Has capability to integrate
with Active Directory in order to manage the
identity life cycle & authentication
Authorization: Capability to handle Role
Based Access Control (RBAC) – Yes/ No
Multi Factor Authentication: Capability –
Yes/ No
25 Encryption: Data at Rest & Data in transit
(Capability & Methods)
Data Privacy: Data privacy controls
26 implemented both at Design & operations
stage (Provide details)
27 Security Tools & Operation –
Network Security – List the Tools &
27a processes: (Firewall, IDS/IPS, DDoS, NW
Segmentation, Zoning etc.)
Servers / Workloads (List the Tools &
Processes)
27b Antimalware & Anti-Virus:
Hardening:
Data Centre Security:

RFP ver 1.0 _10032022

Page 24 of 36
Application Security: (List the Tools &
27c Processes) (WAF, Secure Code Review,
VA/PT)
Security Event Monitoring & Incident
Management:
27d
Incident / breach reporting process to
client?
27e Patch & Version Management process:
Vulnerability Management (Platform &
27f
Application level) process
28 Data
Location for data storage & support for
28a localization (if required to move data to
India):
28b Data Archival offered – Yes/ No
28c Data Destruction process exists
Periodic Assessment & Testing (Internal
29
assessment, external audits etc.)
Third party components usage:
(There is a Process to validate and review
usage of open source and third-party
30 components as part of security requirements
definition, scan source code using security
tools and remediate identified
Vulnerabilities)
31 Employees & Third parties
Partner performs Background Check on all
31a
employment candidates & contractors
Infrastructure Provider has a process to
ensure the cloud service provider or any
physical datacenter facilities follow the
31b
security policies & standards (Contacts,
NDAs, Shared responsibility matrix,
certifications, audits etc.)
Suppliers & Licensors: Do you have a process
to ensure that third-party suppliers and
31c
licensors to conform to similar standards
and levels of security as per your policy
Environment:
Multitenant or dedicated? If multi-tenant,
32 how are you segregating the data?
Do you have Dev, Quality & Production
environment and are physically segregated?
Change control procedures followed? Expand
33
the CC process.
Audit Trail availability: (User, user actions &
34
Critical Transaction)
35 Licensing requirements for the solution.

RFP ver 1.0 _10032022

Page 25 of 36
ANNEXURE 3 - TECHNICAL BID FORMAT

Detailed solution to be provided by the bidder as per requirements stated in the RFP.

RFP ver 1.0 _10032022

Page 26 of 36
ANNEXURE 4 - FINANCIAL BID FORMAT

Sl Item HSN / UOM Qty Basic Unit Taxes Total Cost all-
No Description SAC Cost (INR) (INR) inclusive for
Code BIAL (INR)
1
2
3
4
5
6
7
8
9
10

RFP ver 1.0 _10032022

Page 27 of 36
ANNEXURE 5 - FORMAT OF PERFORMANCE BANK GUARANTEE

Enclosed as Separate attachment

Format of Performance Bank Guarantee

RFP ver 1.0 _10032022

Page 28 of 36
ANNEXURE 6 - LETTER OF DECLARATION-CUM-UNDERTAKING

[On the letterhead of the Bidder]

Date: [Please insert]

We, [_____Name of the Bidder_____], hereby declare that, we have carefully read and understood
the terms and conditions set-out under the RFP and its Annexures and Addendum/Corrigendum issued
by Bangalore International Airport Limited (BIAL).

The terms and conditions therein are acceptable to us.

We declare that, there is no pending/previous litigation against us, which would prevent us from
fulfilling the terms and conditions of the Agreement, in the event BIAL enters into the Agreement
with us. We also declare that, none of our promoters, Directors or officers is convicted, nor detained
in custody or is undergoing imprisonment, and there is no criminal charge, prosecution or proceedings
instituted, carried on or pending against any of our promoter, Director or officer for any offence,
punishable with imprisonment.

We further declare and confirm that, we have never been debarred or blacklisted by anybody,
pursuant to any business activity undertaken with them or, in relation to any participation by us, in
any tender called by them.

We hereby certify and declare that, the information given above, are true and correct, and binding
on us, if successful in the tender.

We agree that, in case the documents submitted by us along with the Proposal are found inadequate,
false or/and incorrect, our Proposal will be liable to be rejected by BIAL without assigning any reason
therefor. In addition, BIAL reserves its right to debar us from participation in any further tender
process of BIAL.

We understand, BIAL reserves itself, the right to reject the conditional offer without assigning any
reason thereto. BIAL does not bind itself to accept the highest or any Proposal and reserves the right
of accepting the whole or any part of the Proposal, and the Bidder shall be bound to supply, install,
implement, migrate and maintain the Enterprise UNIX servers at the rate proposed.

We further declare and confirm that, we are aware of the required Licenses & Permits and clearances
to be obtained for undertaking our obligations pursuant to the Agreement, under the applicable laws.

BIAL is at liberty to forthwith terminate the Agreement at any time during the term of the contract,
in the event any material representation or information given by us is fake, fabricated, deceptive,
wrong or/and incorrect.

We also undertake that, from the time the Proposal is submitted/opened, to the time the contract
is awarded, we will not contact BIAL or any of its officers, agents, employees, representatives or
consultants, on any matter related to our commercial, technical or/and financial offer. Any effort
by us to influence BIAL in the examination, evaluation, ranking of the Proposal, and recommendation
for award of the contract shall result in the rejection/disqualification of our Proposal.

Capitalized terms used herein, shall have the meaning ascribed to them in the RFP document.

For _________________________
Authorized Signatory of the Bidder
Stamp

RFP ver 1.0 _10032022

Page 29 of 36
ANNEXURE 7 - DOCUMENTS TO BE FURNISHED BY THE BIDDER

1. Certified True Copy of:


For Companies:
• Certificate of Incorporation
• Memorandum of Association
• Articles of Association
• Latest List of Directors
• Permanent Account Number Card
• Board Resolution or/and Power of Attorney/Authorization Letter resolving/ empowering/
authorizing the representative of the party to sign and bind the Company

For Partnership Firms:


• Registration Certificate, if registered
• Partnership Deed
• Permanent Account Number Card
• Goods and Services Tax Registration Certificate
• Professional Tax Registration Certificate
• Certificate of Registration of Establishment issued by the Labour Department, Government
of Karnataka under the Shops & Establishments Act, 1961

For Proprietorship Firms:


• Registration Certificate, if registered
• Bank Statement
• Permanent Account Number Card
• Goods and Services Tax Registration Certificate
• Professional Tax Registration Certificate
• Certificate of Registration of Establishment issued by the Labour Department, Government
of Karnataka under the Shops & Establishments Act, 1961

2. IATA or/and HACCP certificate/s, if available - Applicable for Food & Beverage Tenders.
3. Auditors Report for last three (3) / five (5) years
4. Annual Reports for the last three (3) / five (5) years
5. Income (Profit & Loss)
6. Statement of Cash Flows
7. Credit Ratings
8. Experience Certificates – duly attested by the Managing Director/any Director/Company
Secretary, of the Company; or the Managing Proprietor/Managing Partner, or Proprietor/any
Partner, of the Firm; or a Public Notary.

NOTE: Above Listed are the minimum requirements for floating tenders, entering into agreements,
etc., which can be used as a checklist. Depending upon the nature of the engagement, if any other
document is required, the same shall be intimated.

RFP ver 1.0 _10032022

Page 30 of 36
ANNEXURE 8 - COMPLIANCES

Guidelines for Statutory Compliances where applicable for Bidder/Vendor

1. Labor License: If the selected Bidder/Vendor is deploying 20 & more workers on any day for the
execution of contract at Airport, such Selected Bidder/Vendor has to apply for Labor License for
the required number of manpower to the Assistant Labor Commissioner (Central), Bangalore and
submit acknowledgement copy to BIAL before start of the awarded contract work.
2. Compliance under Building & Construction Workers Welfare Act: If the selected Bidder/Vendor is
deploying 10 & more workers on any day for the execution of any construction related / civil
contract work at Airport.
The selected Bidder/Vendor has to register under the BOCWW Act with the Central Labour Dept.
The selected Bidder/Vendor has to enroll the workers as beneficiaries with State Labour Dept.
and get them beneficiary cards.
The selected Bidder/Vendor has to pay 1% of cess on the entire construction to the BOCCWW
Board.
3. ESIC/WCIP: The Selected Bidder/Vendor’s labor should be covered either under (a) ESIC, OR (b)
Employees Compensation Insurance Policy. (BIAL area is currently not covered under the ESIC
notifications).
4. EPFO: The Selected Bidder/Vendor’s labor should be covered under the EPFO scheme from day
one.
5. Minimum Wages: The Selected Bidder/Vendor should comply with the minimum wages as notified
by the Central Labor Department from time to time (to be revised in every April & October).
6. Payment of Wages: Payment of wages to labours should be made on or before 7th of every month
in the presence of BIAL’s representative who shall witness and certify the same.
7. Statutory Bonus/ Gratuity: The Selected Bidder/Vendor shall pay bonus as well gratuity to eligible
employees as per the Act.
8. Equal Remuneration for male and female workers doing the same/similar work.
9. Prohibition of child labour: - The Selected Bidder/Vendor should not employ any workers below
the age of 18 years.
10. The Selected Bidder/Vendor should issue employment card/appointment letter to all workmen.
11. Registers / Records: The Selected Bidder/Vendor should maintain attendance register, wages
register, register of workmen, advance register, fines register, over time register, leave register,
Form-D, etc., in the formats as prescribed by Central Labor Department.
12. The Selected Bidder/Vendor should display all applicable labor abstracts and notices as required
Central Labor compliance.
13. Over Time wages should be paid on gross wages for labours who have put in more than 9 hours in
a day or 48 hours in a week at double the rate (not exceeding 50 hours in a quarter).
14. Weekly Holiday – 1 full day with wages for every six days worked.
15. Leave with wages – 15 days per annum.
16. National and Festival Holidays – 10 days per annum (submit list of holidays during the start of the
term).
17. Working hours should not exceed 9 hours in a shift (including spread hour/break).
18. Extend adequate welfare and safety measures for workers as required under the Contract Labour
Act. (BIAL has built a full-fledged Canteen facility for the benefit of Contract Agencies to extend
canteen provision to their Workers inside the premises of Airport. Contract Agencies are
requested to make use of it).
19. The Selected Bidder/Vendor should submit records & details to BIAL for any internal audits as
and when called for.
20. If the Selected Bidder/Vendor is having his corporate office / head office in other state and
having an employer PF Code other than Karnataka, then he has to apply and obtain a PF-Sub Code
from the Regional PF Commissioner-I, Bangalore for Karnataka operation.
21. The selected Bidder/Vendor should employ adequate number of Supervisors at site to control and
supervise the workers deployed for execution of the contract work as per the contract scope
agreed with BIAL.
22. The selected Bidder/Vendor should observe and comply with all the guidelines and provisions of
state and central labour departments with respect to the employment of women.
23. The selected Bidder/Vendor should comply, remit all statutory deductions made from the works
together with his contribution to the respective authorities within the stipulated timelines and
furnish a copy of the same along with the Invoice to BIAL.
RFP ver 1.0 _10032022

Page 31 of 36
24. Apart from the compliance guidelines mentioned herein, the selected Bidder/Vendor shall
observe, and comply with all labour laws applicable to the execution of contract work so awarded
by BIAL & indemnify BIAL against any notices, charges, penalties and liabilities.
25. Form-III – If the selected Bidder/Vendor is deploying 20 and more workers, he has to obtain labour
licence from central labour Department. In such case, the Selected Bidder/Vendor shall submit
a written request to BIAL for issue of Form-III, to obtain labour licence, along with the following
documents:
1. Purchase Order copy along with cost sheet.
2. Contract Agreement copy
3. Request letter by the Agency for issue of Form-III, enclosing the following documents:
a. Registration certificate of establishment under appropriate authority (Shops Act /
Factories Act/ Companies Act.) as the case may be.
b. PF Registration certificate of the Agency.
c. Registration certificate under ESIC scheme or copy of Workmen Compensation Policy
insuring the proposed labours, by the Agency.
d. Workmen/Employees Compensation Insurance Policy copy for having covered all the
labours to be deployed for execution of contract at BIAL premises.
e. Profession Tax registration certificate of the Agency.
4. Declaration letter by Agency giving status of any cases with any Labour Department /
Court, PF Department, ESIC Department and any Court of Law or with any Government
Authorities in India.
5. Declaration letter by Agency stating prohibition of child labour deployment.
6. Declaration letter by Agency giving details of any workers Trade Union exist in the
organization.
7. Name, Designation, email ID, Postal Address and Contact Number of MD/Proprietor and
Site Incharge
8. Name, Designation, email ID, Postal Address and Contact Number of the official who
handles labour/ HR statutory compliances.
9. If the Agency to whom the contract is awarded is engaging another Agency (sub- selected
Bidder/Vendor) for the supply of manpower, following documents are to be submitted:
10. Approval letter from BIAL for engaging sub-contractor.
Agreement / work order executed between the selected Bidder/Vendor & sub-
contractor.
Documents mentioned in serial number 3 to 8 above, pertaining to sub-contractor.
11. Details of workers to be deployed for the execution of contract work at BIAL site (to be
emailed in the attached data format) within 15 days of commencement of work.

For any clarifications on the above, please contact:


Mr. Nagaraj.G, Asst. General Manager-HR, Mail: nagaraj@bialairport.com
Mr. Sreenath D.R., Asst. Manager-HR, Mail: sreenath.d@bialairport.com

RFP ver 1.0 _10032022

Page 32 of 36
ANNEXURE 9 - RFP QUERY & RESPONSE FORMAT

Sr No RFP Page No RFP Reference Clause Vendor Query BIAL Response


1
2
3
4
5
6
7
8
9
10

RFP ver 1.0 _10032022

Page 33 of 36
ANNEXURE 10 - SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

Enclosed as separate attachment

RFP ver 1.0 _10032022

Page 34 of 36
ANNEXURE 11 – AGREEMENT FORMAT

Enclosed as separate attachment

RFP ver 1.0 _10032022

Page 35 of 36
ANNEXURE 12 – BCAS SECURITY CLEARANCE GUIDELINES

Enclosed as separate attachment

RFP ver 1.0 _10032022

Page 36 of 36

You might also like