Ref No.: KIAL/IT/RFP/01/2019 Amount: Rs. 50000/- (Fifty Thousand Only) + 18% GST
REQUEST FOR PROPOSAL (RFP)
For
Selection of an agency for Procurement, Design, Development, Testing, Implementation, Integration and Operation & Maintenance of an Enterprise Software for
Kannur International Airport Limited.
1
1. Table of Contents
1. Table of Contents ....................................................................................... 1
1. Invitation for Proposal .............................................................................. 4
2. Instruction to Bidders ................................................................................ 6
I. Definition of Terms and Interpretations ................................................. 6
II. Tendering guidelines to the Bidders ........................................................ 8
A. Tendering Process ...................................................................................... 8
PART- I: Technical Bid ........................................................................................... 8
PART - II: Financial Bid ....................................................................................... 10
B. Guidelines to bidders ............................................................................... 11
C. Tender document fees and Earnest Money Deposit (EMD) / Security
Deposit....................................................................................................... 12
III. Critical dates and time ............................................................................ 12
IV. Clarifications on tenders ......................................................................... 12
V. Late Tenders ............................................................................................. 13
VI. Modification and withdrawal of tenders ............................................... 13
2.1. Introduction of Kannur International Airport Limited ...................... 14
2.2. Purpose ..................................................................................................... 14
2.3. Cost of RFP............................................................................................... 14
2.4. Transfer of RFP ....................................................................................... 14
2.5. Consortium ............................................................................................... 14
2.6. Involvement of Sub-Contractor (s) ........................................................ 14
2.7. Completeness of Response....................................................................... 15
2.8. Proposal Preparation Costs .................................................................... 16
2.9. Bidder Inquiries ....................................................................................... 16
2.10. Amendment of RFP Document ............................................................... 16
2.11. Supplemental Information to the RFP................................................... 16
2.12. Right to terminate the process ................................................................ 16
2.13. Earnest Money Deposit (EMD) / Security Deposit ............................... 17
2.14. Authentication of Bid............................................................................... 17
2.15. Language of Bids ...................................................................................... 17
2.16. Bid Submission Format ........................................................................... 17
2.17. Submission of Bids ................................................................................... 18
2.18. Bid Validity Period .................................................................................. 18
2.19. Bid Opening .............................................................................................. 18
2.20. Evaluation Process ................................................................................... 18
2.20.1. Bid Evaluation Committee ...................................................................... 18
2
2.20.2. Eligibility Criteria .................................................................................... 18
2.20.3. Process of Evaluation............................................................................... 19
2.20.4. Technical Eligibility Criteria .................................................................. 20
2.20.5. Financial Bid Evaluation ......................................................................... 22
2.21. Performance Bank Guarantee (PBG) .................................................... 22
2.22. Payment Terms and Schedule ................................................................ 23
2.23. Service Level Agreement (SLA) and Penalty during Operation and
Maintenance ............................................................................................. 24
2.24. Design, Development, Testing, Implementation and Integration ........ 24
2.25. Letter of Acceptance ................................................................................ 25
2.26. Force Majeure .......................................................................................... 25
2.27. Non-Disclosure Agreement (NDA) ......................................................... 25
2.28. Liability Clause ........................................................................................ 25
2.29. Warranty .................................................................................................. 26
2.30. Confidentiality .......................................................................................... 26
2.31. Contract Termination.............................................................................. 26
3. Scope of Work .......................................................................................... 27
4. Project Milestones .................................................................................... 30
5. Deliverables .............................................................................................. 31
5.1. Technical Architecture ............................................................................ 31
5.2. System Architecture ................................................................................ 33
5.3. Admin and User Management ................................................................ 34
5.4. Training Services ..................................................................................... 34
5.5. Cloud Management, Monitoring & Compliance Services ................... 34
5.6. Application Software Development/Customization Methodology ...... 35
5.7. Security ..................................................................................................... 38
6. ERP Functional requirements ................................................................ 39
7. ERP Non-functional requirements ......................................................... 57
Annexure 1: Compliance Statement ......................................................................... 66
Annexure 2: Unconditional Acceptance Letter ....................................................... 67
Annexure 3: Technical Bid Qualification Compliance Statement ......................... 69
Annexure 4: Proposal Covering Letter in response to RFP Notice ....................... 70
Annexure 5: Power of Attorney ................................................................................ 72
Annexure 6: Undertaking for not been Blacklisted ................................................ 73
Annexure 7: Affidavit ................................................................................................ 74
Annexure 8: SLA Computation ................................................................................ 75
Annexure 9: Non-Disclosure Agreement .................................................................. 76
Annexure 10: Network Schematic Diagram ............................................................ 81
Annexure 11: Guidelines for Technical Proposal .................................................... 82
3
Annexure 12: Guidelines for Financial Proposal .................................................... 84
Form 1: Financial Proposal Submission Form ........................................................ 85
Form 2: Details of responding firm .......................................................................... 86
Form 3: Format of Performance Bank Guarantee ................................................. 87
Form 4: Details for Financial Proposal Consolidated Cost Summary .................. 90
Form 5: Format of providing citations ..................................................................... 92
Form 6: Team Member Profile ................................................................................. 93
Form 7: Resource Deployment Plan ......................................................................... 94
4
I. NOTICE INVITING TENDER
1. Invitation for Proposal
Tenders are invited by the Managing Director on behalf of the Kannur International Airport Limited for
selection of Agency for Procurement, Design, Development, Testing, Implementation, Integration and
Operation & Maintenance of Enterprise Resource Software at Kannur International Airport.
S. No Information Details
1 Name of Work:
Selection of Agency for Procurement, Design, Development,
Testing, Implementation, Integration and Operation &
Maintenance of Enterprise Software for Kannur International
Airport. 2 Tender Number KIAL/IT/RFP/01/2019
3 Completion Period 270 days from the date of issue of the work order
4 Bid Validity Period 120 days from the date of opening of Financial Bid
5 Earnest Money Deposit
(EMD) / Security Deposit
INR 1,00,00,000/- (Rupees One Crore Only)
6 Cost of Tender Document INR 50,000/- (Rupees Fifty Thousand Only) exclusive of GST
7 Publishing Date 15 January 2020
8 Document Download sale Start Date:
15 January 2020
End Date:
2 February 2020
9 Clarification
Start Date:
16 January 2020
End Date:
22 January 2020
All queries shall be addressed to [email protected]
10 Bid Submission
Start Date:
28January 2020
End Date:
3 February 2020, 1700 hours
Indian Standard Time
11
Technical Bid Opening
Date& Time
4 February 2020 at 1100 hrs.
Product features
demonstration date
Will be notified after the Technical Bid opening process
12 Financial Bid Opening
Date
Will be notified after the Technical Bid opening Process
13
Last date for furnishing
Performance Security to
Kannur International
Airport Limited (By
successful bidders)
PBG Part I
Within Thirty (30) days of the date of the Letter
of Acceptance/Letter of Award issued by
Kannur International Airport Limited
PBG Part II On commencement of O&M contract
14 Performance Security PBG Part I 15% of contract value excluding the O&M
5
(Performance Bank
Guarantee)
support contract amount
PBG Part II 15% of O&M contract value for 5 years
15 Performance Security
validity period
PBG part I 18 Months from the date of successful warranty
completion with zero outstanding defects
PBG part II 60 Months from the date of commencement of
O&M service contract.
Bidders are advised to study this RFP document carefully before submitting their proposals in response
to the RFP Notice. Submission of a proposal in response to this notice shall be deemed to have been done
after careful study and examination of this document with full understanding of its terms, conditions and
implications.
Prospective bidders are advised to check the eligibility criteria before purchase of RFP document. This
RFP document is not transferable and name of purchaser and bidder who submits shall be the same.
6
2. Instruction to Bidders
I. Definition of Terms and Interpretations
Singular & Plural
Where the context so requires, words importing the singular shall include the plural and vice-versa.
A) AUTHORITY: means the “ Board of Kannur International Airport Ltd .
B) Kannur Airport: means the “Kannur International Airport Ltd” (Kannur Airport).
C) CLIENT KANNUR AIRPORT: Means “Kannur International Airport Limited” which invites
tender through the Managing Director, on behalf of KANNUR AIRPORT Board.
D)"The Bidder/Tenderer/Vendor/Agency", means the individual/Sole proprietorship/
Partnership Firm/Company who participates in this tender and submits its bid.
E) “The Contractor” means the Individual / Sole proprietorship / Partnership Firm / Company
taking up the work as defined under the Notice Inviting Tender”.
F) “The Works Order/ Purchase order/ Supply order/Award letter" means the order placed
with the selected agency for the Procurement, Design, Development, Testing and Implementation
and Integration of systems / works by the selected agency and contract signed between the Selected
Agency and e Kannur Airport including all attachments and appendices there to and all documents
incorporated by reference therein.
G) “The Contract Price” means the price payable to the Contractor under the Works Order
/Purchase Order for the complete and satisfactory performance of its contractual obligations.
H) “Non‐responsive Bid” means a bid, which is not submitted as per the instructions to the bidder
or Earnest Money Deposit / Security Deposit has not been attached or the required data has not
been provided with the Bid or intentional errors have been committed in the Bid.
I) CONSIGNEE: Consignee means where the stores are required by the purchaser on
agreement/acceptance of tender to be dispatched by rail, road, air or steamer, the portion specified
in the agreement/ acceptance of tender to whom these are to be delivered at the destination, were
the stores are required by the agreement/ acceptance of tender to be delivered to a person as an
interim consignee for the purpose of dispatch to another person such other person and in any other
case, the person to whom the stores are required by the agreement/acceptance of tender to be
delivered in the manner therein specified.
J) CONTRACT: Contract means the documents containing invitation to tender, instructions to
tenderer, agreement/acceptance of tender, particular, general and special conditions, specified
technical specifications, mutually agreed terms and conditions in the acceptance of tender and
includes a repeat order, which has been accepted or acted upon by the contractor.
7
K) CODES: Codes shall mean applicable codes of the country of origin of equipment international
codes applicable for product and applicable codes in India.
L) DELIVERY: Delivery shall mean stores to be supplied in finished and completely ready for use
condition. The delivery shall be deemed to take place on delivery of the stores in accordance with
the terms of the contract after approval by the Managing Director., to:
(i) The consignee at his premises or,
(ii) Where so provided the interim consignee at his premises or,
(iii) A carrier or other person named in the contract as an interim Consignee for the purpose of
transmission to the consignee.
(iv) The consignee at the destination station in case of contracts stipulating for delivery of stores
at destination station.
M) COMPLETION: Completion of work i.e. Procurement, Design, Development, Testing and
Implementation and Integration of system as specified, their testing and all pre-commissioning
checks and commissioning the installation for safe operation of the equipment/ system and handing
over the same to Kannur International Airport Limited.
N) MATERIAL/EQUIPMENT: Material means anything used by the manufacturer for
fabrication of the stores and installation of the work.
O) PURCHASER: Purchaser shall mean the owner that is KANNUR INTERNATIONAL
AIRPORT LTD which term also includes its successors and permitted Assigns.
P) CONTRACTOR: Contractor shall mean the individual or firm or company, undertaking the
works and shall include the legal personal representatives of such individual or the persons
composing such firms or company or the successor of such firm or company and the permitted
assigns of such individual or firm or company. The words tenderer, contractor, bidder, company
and firm shall also mean the contractor.
Q) ACCREDITED AGENT: A person appointed by the prospective bidder/tenderer who will
collect the correspondence and deliver the same (if required by the bidder). Appointment of
accredited agent is sole responsibility of the tenderer.
R) AODB: Airport Operational Database, a centralized system that maintains and distributes flights
and airports resources information.
S) WORK: The expression ‘Works’ shall unless be something either in the subject or content
repugnant to such construction, be construed and taken to mean the works or by virtue of the
contract contracted to be executed whether temporary or permanent, and whether original, altered,
substituted or additional.
T) SITE: The site shall mean the building/ land or other place on, into or through which work is
to be executed under the contract or any adjacent land, path or street through which work is to be
executed under the contract or other place approved by the purchaser under the Contract.
U) TEST: Test shall mean such test or tests as are prescribed by the purchaser or considered
8
necessary by the Engineer in-Charge or any agency acting under the directions of the Engineer In
Charge. The tests shall mean the tests to be conducted at contractor’s works and at site by the
purchaser, or his nominee, after the installation is completed.
V) PERFORMANCE OF WORK: The work shall be performed at the place or places named in
the contract or at such other place and places as may be approved by the purchaser.
W) STORES: Stores means the goods specified in the schedule, which the Contractor has agreed
to supply at any place approved by the purchaser under the Contract.
X) WRITING: ‘Writing’ shall, include any manuscript, type written or printed statement
under/over signature or seal of either of the parties as the case may be.
Y) HAND HOLDING shall mean after completion of supply, installation, testing and
commissioning of the goods/equipment by the contractor to the purchaser after satisfactory
compliance of with all conditions for acceptance and taking over.
Z) Government: Shall mean Indian Government Authorities/ Government of Kerala as the case
may be.
AA) Force majeure shall mean an event of effect that cannot reasonably be anticipated such as
acts of God (like earthquakes, floods, storms etc.), acts of States, the direct and indirect ties, national
emergencies, civil commotions and strikes (only those which exceed a duration of ten continuous
days).
AB) GST: Goods and Services Tax
AC) Cess: The word cess means educational cess and higher educational cess etc.
AD) Development: Shall mean customization of the Commercial-off-the-shelf (COTS) software
to cater for the Enterprise Resource Planning (ERP) requirements as detailed in this RFP.
II. Tendering guidelines to the Bidders
A. Tendering Process
All documents of the bid shall be signed by the Partner/ Director/ Authorized Person having valid
authorization letter at the time of bid submission. Any consequences resulting due to such signing
shall be binding on the Bidder. The Bidder shall submit Technical & Financial Bid in two parts as
per details below:
PART - I: Technical Bid
PART - II: Financial Bid
PART- I: Technical Bid
a. Technical Bid shall be submitted in physical mode only.
9
The envelope (Cover – I) containing the Technical Bid shall be super scribed with "Technical
Bid-Tender for selection of agency for Procurement, Design, Development, Testing,
Implementation, Integration and Operation & Maintenance of an Enterprise Software for
Kannur International Airport Limited". The bid shall be addressed to Managing Director
mentioning of reference number of Tender. If the envelope is not properly sealed and marked,
Kannur Airport will assume no responsibility for the misplacement or premature opening of
the bid.
b. Bid documents containing the following must be bound, indexed, completely page numbered
and arranged in the order:
i. Covering letter of Bid on Bidder's letter head as per Annexure 4.
ii. Consultant’s Background and Experience as per Form 2
iii. Detailed CVs of Key Personnel as per Form 6
iv. Resource deployment plan as per Form 7
v. Tender document fee of INR 50,000/- (Rupees Fifty Thousand only) in the form of
or Demand Draft (DD) in favor of Kannur International Airport Limited, payable
at Kannur. Tender not accompanied by Tender Document Fee will not be
entertained.
vi. Chartered Accountant Certificate for the turnover for the last three financial year
sending on 31.3.2019
vii. Earnest Money Deposit / Security Deposit of INR 1,00,00,000/- (Rupees. One Crore
only) in the form of Demand Draft (DD) in favor of Kannur International Airport
Limited, payable at Kannur. Tender not accompanied by EMD/EMD submitted in
any form other than stated above will not be accepted.
viii. Copy of abridged balance sheet along with Profit and Loss Account statement of the
firm shall be submitted for last 5 five financial years.
ix. Undertaking for not having been blacklisted as per Annexure 6.
x. The tenderer must submit PAN & PF Account Numbers & GST Registration
Certificate.
xi. Any other information required in the Bidding Documents or considered relevant by
the bidder.
xii. All documents furnished by the Bidder as per the requirement of Technical Bid
Evaluation Criteria shall be signed and stamped by the bidder or authorized signatory
of bidder. A board resolution / Registered/ Non-revocable Power of Attorney
(Annexure 5) executed by the Bidder in favor of the bidder’s authorized
representative to sign/ execute the proposal as a contract document and execute all
relevant agreements forming part of RFP.
xiii. Client list and successful completion certificate from the current authorized signatory
of the client on their letter head shall be furnished.
xiv. Affidavit as per Annexure 7format.
xv. Technical Document should include:
▪ Understanding of Scope of Work
▪ Solution Deployment Architecture including systems integration
▪ Approach, Methodology & Project Plan
▪ Functional and non-functional requirements compliancy matrix
▪ Recommended IT infrastructure (software hosting requirements, operating
system,
▪ Database, 3rd party tools and software, client workstations specifications)
10
▪ Quality and Security Assurance Plan
▪ Innovation & New Ideas
▪ Project Experience
▪ Training Plan
▪ Adherence to SLA, Go-live support, post cutover warranty and maintenance
support
▪ Monitoring & Review Framework
▪ Understanding of Industry Department Functions, Services and Processes
xvi. Signed and stamped copy of the RFP document along with its annexures/
corrigendum/ documents etc.
xvii. Any other document to support the Bid.
xviii. Technical bids that does not comply with the above specifications will be summarily
disqualified at the time of Technical Bid opening
PART - II: Financial Bid
a. Financial Bid shall be submitted in physical mode only.
b. The envelope (Cover – II) containing the Price Bid shall be super scribed with "Financial Bid-
Tender for selection of agency for Procurement, Design, Development, Testing,
Implementation, Integration and Operation & Maintenance of an Enterprise Software for
Kannur International Airport Limited"
c. The Financial Bid should be submitted as per the format specified in Annexure 4on the letter
head of the Bidder.
d. The bid shall be addressed to Managing Director mentioning Reference Number of Tender. If
the envelope is not properly sealed and marked, Kannur Airport will assume no responsibility
for the misplacement or premature opening of the bid.
e. Other Terms of Financial Bid:
i. No stipulation, deviation, terms & conditions, presumption, basis etc. shall be
stipulated in the price bid. Any conditions, if stipulated, shall be treated as null and
void and shall render the bid liable for rejection.
ii. Bidder shall quote the lump sum price, including applicable taxes and expenses after
careful analysis of cost involved for the performance of the complete work considering
all parts of the Bidding Document.
iii. The quoted Price shall be deemed to be all inclusive till the completion of the work. It
is clearly understood that Kannur Airport will not have any additional liability towards
payment of any Taxes & Duties over and above total quoted price.
iv. Alternative bids shall not be considered.
v. Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of
the Contract and will not be subject to variation on any account.
vi. Price shall be quoted in figures as well as in words. If some discrepancies are found
between the price given in words and figures, the price quoted in words shall be taken
as correct.
vii. Fixed Price: Prices quoted by the Bidder shall be fixed during the bidder`s performance
of the contract and not subject to variation on any account. A bid submitted with an
adjustable / variable price quotation will be treated as non-responsive and rejected.
11
f. Components of BOQ
i. Design, Development, Testing, Implementation and Integration of all the required
Packages. This line item includes the design of all the modules as listed in this RFP,
integration with Kannur Airport applications (Existing & New), Testing,
Implementation and post cutover maintenance support.
ii. Software and Licenses. This line item envisages the procurement of all the required
software licenses for the successful completion of the project as per the scope
mentioned in this RFP and its annual maintenance. It also includes the procurement of
enterprise wide ERP licenses to support 10 power users and about 240 staff.
iii. Operation & Maintenance (5 Years). This include the Operation and Maintenance of
entire system for a period of 5 Years Including the AMC for requisite licenses.
iv. Man-Hour Cost. This line item asks for the man hour cost for 1,440hrs. required for
development against the Change Order/ additional development as contingency,
outside the scope of this RFP.
v. Cloud hosting charges for hosting ERP software and database along with provision for
DR
vi. Additional O&M (2 Years). This line item will be required for entering into an optional
contact for O&M support after the expiry of initial 5 Years O&M period. This line item
will not be considered for financial bid evaluation.
General Conditions:
a. Bidders must submit their documents pertaining to the Pre-Qualification Criteria / Technical
Criteria and Financial Quote as per the guidelines stipulated in this RFP.
b. Submission of a Tender by a Tenderer implies that he has read this notice and all other contract
documents and has made himself aware of the eligibility criteria, scope and specifications of
the works to be done, local conditions, local material rates and other factors bearing on the
execution of the works.
c. Notification of Award of contract will be made in writing to the successful Tenderer by the
Accepting Authority or his representative. The contract will normally be awarded to the
qualified and responsive Tenderer offering lowest evaluated bid in conformity with the
requirements of the specifications and contract documents and the Accepting Authority shall
be the sole judge in this regard. The Accepting Authority does not bind himself to accept the
lowest or, any tender or to give any reason for his decision.
d. A responsive tenderer is one who submits priced tender and accepts all terms and conditions of
the specifications and contract documents.
e. Bidders shall demonstrate the functional, non-functional, integration requirements compliancy
at Kannur Airport premises using a prototype model.
f. Financial Bid: Only the Financial Bid of the Bidders who have qualified in the Technical Bid
as per the tender conditions and accepted by Kannur Airport will be opened on a later date,
with prior notification.
g. Publishing of Corrigendum: All corrigendum shall be published on
https://www.kannurairport.aero/tender and shall not be available elsewhere.
B. Guidelines to bidders
12
Tender documents can be downloaded from the Web site https://www.kannurairport.aero/tender
C. Tender document fees and Earnest Money Deposit (EMD) / Security
Deposit
The bidder shall pay, a tender document fees of INR 50,000 /- (Rupees Fifty Thousand Only) +
18% GST and Earnest Money Deposit / Security Deposit of Bid security of INR 1,00,00,000/-
(Rupees One crore only). The Security Deposit /EMD is required to protect the tenderer against
risk of Bidder`s conduct, which would warrant the forfeiture of security.
III. Critical dates and time
# Event Date and Time
1 Document Download
sale Start Date: 15 January 2020 End Date: 2 February 2020
2 Clarification Start Date: 16 January 2020 End Date: 22 January 2020
3 Bid Submission Start Date: 28 January 2020
End Date: 3 February 2020,
1700 hours Indian Standard
Time
4
Technical Bid Opening
Date 4 February 2020 At 1100 Hrs
Product features
demonstration Will be notified after the Technical Bid opening process
5 Financial Bid Opening
Date Will be notified after the Technical Bid opening Process
NOTE:
Kannur Airport may at its discretion extend / change the schedule of any activity by intimating the
bidders through a notification.
IV. Clarifications on tenders
i. All enquiries/clarifications in connection with this tender should be addressed to
ii. To assist in the examination, evaluation and comparison of Tenders, the Purchaser may, at
its discretion, ask the Tenderer for a clarification.
iii. The tenderer, at its discretion, extend the deadline for the submission of Tender by
amending the Tender Documents in accordance with Section III Critical Dates and Time
of this RFP, in which case all rights and obligations of the Purchaser and Tenderers
previously subject to the deadline will thereafter be subject to the deadline as extended.
13
iv. The queries may be restricted to that are essential for further clarification on any aspect of
the tender, if required. Queries requesting for extension of submission date and other terms
will not be entertained.
V. Late Tenders
Any tender submitted by the Bidder after the deadline for submission of Tenders will not be
accepted in the e-Portal.
VI. Modification and withdrawal of tenders
i. No Tender shall be modified subsequent to the deadline for submission of Tenders.
ii. No Tender shall be withdrawn in the interval between the deadline for submission of
Tenders and the expiration of the period of Tender validity specified.
iii. If the tenderer modifies the tender condition at any stage even after submitting the
unconditional acceptance letter, then the bid submitted by the tenderer are liable to be
rejected and the EMD / Security Deposit shall be forfeited.
MANAGING DIRECTOR
14
2.1. Introduction of Kannur International Airport Limited
Kannur International Airport Limited (Kannur Airport) is a unlisted public limited company registered
under the Companies Act.1956 for establishing a Greenfield International Airport at Mattannur in Kannur
District. The airport became operational on 9th December 2018.
2.2. Purpose
The purpose of this Request for Proposal (RFP) is to avail the services of a reputed IT Company, to
Procure, Design, Develop, Test and Implement Enterprise Software(as specified under clauses 3 to 8) for
Kannur Airport and to provide support and maintenance of system for a minimum period of 5 years,
commencing from the date when the entire system goes “live” and the free Post Implementation Warranty
Support of six (6) months is completed. The bidder shall be required to give a lumpsum quote separately
for the additional two years as per the BOQ. This document provides information to enable the bidders
to understand the broad requirements to submit their "Bids". The detailed scope of work is provided in
RFP document.
2.3. Cost of RFP
The cost of the document is INR 50,000/- (Rupees Fifty Thousand Only) and the same shall be paid
online.
2.4. Transfer of RFP
The RFP document is not transferable to any other bidder. The bidder who purchases the document and
submit shall be the same and only one tender document shall be sold to a single party either a firm or an
individual.
2.5. Consortium
Consortium Bidding shall be allowed but restricted to two partners. However, the prime bidder will hold
the Sole responsibility of the contract and its execution as a single point of contact to Kannur Airport.
2.6. Involvement of Sub-Contractor (s)
2.6.1. Where the Contractor expects to sub-contract a part of the specified Scope of Work, the
same must be clearly stated in the Bid, describing the work to be sub-contracted, the
reasons for sub-contracting and the details of the Sub-Implementing Agency, including
previous work done by the Sub-Implementing Agency in similar area. If the Contractor
had not envisaged involvement of any Sub-contractor while bidding, but desires to do so
during project execution, the Bidder must first get this approved by the Purchaser in
writing, giving necessary details.
2.6.2. The Overall responsibility lies with the Contractor and the Contractor shall submit an
undertaking on behalf of Sub-contractor for the fulfillment of the services for the entire
contract period.
15
2.6.2.1. Except as provided, the Contractor shall not be permitted to sub-contract any part
of its obligations under the Contract.
2.6.2.2. If the contractor selects the sub-contractors, the names and roles of the same shall
be clearly mentioned in the proposal/bid.
2.6.2.3. The Contractor shall ensure that the sub-contractor appointed has sufficient
capacity to undertake the execution of the tasks they will perform under this contract.
2.6.2.4. The Contractor indemnifies and shall keep indemnified Purchaser against any
losses, damages, claims or such other implications arising from or out of the acts and
omissions of such subcontractor. The Contractor shall be responsible for making all
payments to the subcontractor as may be necessary, in respect of any Services
performed or task executed, and the Purchaser shall not be responsible for any part or
full payment which is to due to such subcontractor.
2.6.2.5. All rights of use of any process, product, service or facility developed or any
other task performed by the subcontractor for the Supplier, under this contract would
lie exclusively with the Purchaser in perpetuity free from all liens, encumbrances and
other third party rights and the Supplier shall, wherever required, take all steps that
may be necessary to ensure the transfer of such ownership in favor of the Purchaser.
2.6.2.6. Nothing in the clause of the RFP shall relieve the Contractor from any of its
liabilities or obligations under this Contract. The Purchaser reserves the right to hold
Supplier liable for any act/omission of any subcontractor.
2.6.2.7. Where the Purchaser deems necessary, it shall have the right to require
replacement of any subcontractor with another subcontractor and the Contractor shall
in such case terminate forthwith all agreements/contracts other arrangements with
such subcontractor and find suitable replacement for such subcontractor to the
satisfaction of the Purchaser at no additional charge. Failure to terminate all
agreements/contracts with such sub-contractors, shall amount to a breach of the terms
hereof.
2.6.2.8. The Contractor shall be responsible for ensuring that the Subcontractor shall
comply with all relevant and applicable provisions of the Contract. In default on the
part of the sub-contractor to comply with the terms and conditions of the Contract
wherever applicable, shall amount to breach on the part of the Contractor, and the
Purchaser in addition to all other rights, have the right to claim damages add recover
from the Contractor all losses/ or other damages that may have resulted from such
failure.
2.7. Completeness of Response
Bidders are advised to study all instructions, forms, terms, requirements and other information in the RFP
documents carefully. Submission of bid shall be deemed to have been done after careful study and
examination of the RFP document and Existing Site conditions/facilities at Kannur Airport with full
16
understanding of its implications.
The response to this RFP should be full and complete in all respects. Failure to furnish all information
required by the RFP documents or submission of a proposal not substantially responsive to the RFP
documents in every respect will be at the Bidder's risk and may result in rejection of its Proposal and
forfeiture of the EMD / Security Deposit. However, Kannur Airport Reserves the right/ Discretion of
Accepting/ rejecting the proposal without assigning any reasons.
2.8. Proposal Preparation Costs
The bidder shall submit bid at its cost and, Kannur International Airport Limited shall not be held
responsible for any cost incurred by the bidder. Submission of bid and demonstration of the proposed
product does not entitle the bidder to claim any cost and rights over Kannur International Airport Limited
and Kannur International Airport Limited shall be at liberty to cancel any or all bids without giving any
notice. All materials submitted by the bidder shall be the absolute property of Kannur International
Airport Limited and no copyright/patent etc. shall be entertained by Kannur International Airport Limited.
2.9. Bidder Inquiries
Bidder shall send their email queries as prescribed into the contact at which the bids are to be submitted.
There is no limitation to number of questions posted. The last date for receiving the question is 9 January
2020, 05:00 PM. Questions received from all respondents would be consolidated and clarification to each
question would be sent to all the respondents latest by11 January 2020.
No telephonic queries will be entertained, this response of Kannur International Airport Limited shall
become integral part of RFP document.
2.10. Amendment of RFP Document
All the amendments made in the document would be published at https://www.kannurairport.aero/tender
and shall be a part of RFP.
The bidders are advised to visit the aforementioned website on regular basis for checking necessary
updates. The Kannur International Airport Limited also reserves the rights to amend the dates mentioned
in this RFP for bid process.
2.11. Supplemental Information to the RFP
If Kannur International Airport Limited deems it appropriate to revise any part of this RFP or to issue
additional data to clarify an interpretation of provisions of this RFP, it may issue supplements to this RFP.
Any such corrigendum shall be deemed to be incorporated by this reference into this RFP.
2.12. Right to terminate the process
Kannur International Airport Limited may cancel the RFP process at any time and without assigning any
reason. Kannur International Airport Limited reserves the right to amend/ edit / add/ delete any clause of
this Bid document and will become part of Bid/ RFP.
17
2.13. Earnest Money Deposit (EMD)/Security Deposit
i. Earnest Money Deposit (EMD)/Security Deposit of INR 1,00,00,000/- shall be paid as
detailed in the Tendering guidelines to the bidders.
ii. The EMD/ Security Deposit shall be denominated in Indian Rupees only. No interest will be
payable to the Bidder on the amount of the EMD.
iii. Unsuccessful Bidder’s EMD/ Security Deposit will be returned to the unsuccessful bidder
within 15 days on award of work to the successful bidder. In case of successful bidder,
EMD/Security Deposit will be returned, without interest on submission of Performance
Bank Guarantee.
iv. The EMD / Security Deposit may be forfeited
a. If a Bidder withdraws the bid or amends the bid in anyway or increases the quoted prices
during the period of bid validity or its extended period, if any;
b. In case of a successful bidder, fails to sign the Contract or to furnish Performance Bank
Guarantee within specified time i.e. 30 (Thirty) days from the date of issue of award of
work in accordance with the format given in the RFP.
c. During the bid process, if a Bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and finalization. The
decision of the Kannur International Airport Limited regarding forfeiture of the Bid
Security shall be final & and binding upon bidders.
d. During the bid process, if any information is found false/ fraudulent then Kannur
International Airport Limited shall reject the bid and if necessary, initiate action.
2.14. Authentication of Bid
The bid documents should be signed (all pages) and submitted along with the bid. Authorized person of
the bidder who signs the bid shall have a board resolution / Registered/ Non-revocable Power of Attorney
executed by the bidder which shall also be submitted with the Bid. All pages of the bid and its annexures,
etc. shall be signed and stamped by the person or persons signing the bid. The person accountable for the
bid shall be the employee of the bidder till the end of contract period.
2.15. Language of Bids
This bid should be submitted in English language only. Any supporting document produced in language
other than English shall be translated and notarized.
2.16. Bid Submission Format
The entire proposal shall be submitted strictly as per the format specified in this RFP. Bids with deviation
from this format shall be rejected.
18
2.17. Submission of Bids
The bids submitted by the Bidder shall comprise of the following two covers: (a) Cover-I (b) Cover –II.
2.18. Bid Validity Period
The validity of the bids submitted in time shall be till 120 days from the date of opening of the Financial
Bid. No liability will be borne by Kannur International Airport Limited on the rejected bids for the cost
in preparation of bids etc.
2.19. Bid Opening
Refer Tendering guidelines.
2.20. Evaluation Process
2.20.1. Bid Evaluation Committee
a. The Bid Evaluation Committee constituted by the Kannur International Airport
Limited shall evaluate the bids.
b. The Bid Evaluation Committee shall evaluate the Technical and Financial bids and
submit its recommendation to Competent Authority whose decision shall be final.
2.20.2. Eligibility Criteria
The bidder shall fulfil all the following eligibility criteria:
# Eligibility Criteria Supporting Document to be
furnished
Compliance
Status
(Yes/No)
1 The Bidder should be a firm registered under the
Partnership Act/limited liability Partnership Act or
Companies Act,1956 / 2013, should have
registered office in India and should be in existence
in India for at least the last five (5) years as on date
of submission of the bid.
Certificate of Incorporation/
Registration
2 The bidder shall have minimum average annual
turnover of INR 500 Crore (Globally) for the last
five years for Software Development and System
Integration Services
As a proof of financial turnover,
copy of abridged Balance Sheet
along with Profit & Loss
account of the firm (bidder) for
last five years ending 31 March
2019 should be submitted. A
Certificate from Statutory
Auditor / CA stating shall also
be accepted as a proof of
financial Turnover, net worth
and profitability.
19
Note: The Bidder needs to submit the Eligibility Criteria form in Cover-I mentioning the Compliance
Status in respect of eligibility criteria in the above-mentioned format along with the bid documents.
The Technical & Commercial proposals of only such bidders will be opened, who fulfil Eligibility Criteria
as mentioned above.
2.20.3. Process of Evaluation
i. Bidder shall be evaluated as per eligibility criteria mentioned at 2.20.2. The bidders
who fulfil all the eligibility criteria will qualify for further Technical Evaluation.
ii. Bidders scoring 70 marks or above in technical evaluation will be considered to be
eligible for financial evaluation.
iii. The financial evaluation will be based on a QCBS system with 70:30 weightage to
(Technical Requirements & The Quoted Price). The bidder with the highest score on
the merit-based system as above will be deemed to be the L1 bidder.
iv. The Bid Evaluation Committee reserves the right to accept or reject any or all bids
without giving any reasons thereof.
v. To facilitate evaluation of Technical proposals, the Kannur International Airport may
at its sole discretion, seek clarifications or additional information / document(s) in
writing from any bidder regarding its proposal. Such clarifications or additional
3 The bidder or the consortium Experience of having
successfully completed similar works as indicated
below at an International Airports in India or
abroad, during the last 05 years prior to the date of
issue of this RFP
At least two similar works involving ERP
implementation, in an international airport in India
or abroad of value of 15 crore and above.
Attach copy of Letter of Awards/PO along with
successful completion certificate. “Similar works”
shall mean Procurement, Design, Development,
Testing and Implementation of an Enterprise
Software.
Copy of Purchase Order from
Client. Copy of certificate of
completion of the projects
done.
Shall submit substantial
completion certificate in case
the contract is still live (A
completion certificate shall be
obtained from the client for the
completion of development
and testing of core enterprise
modules)
4 Bidder or one of the Bidders in case of consortium,
should possess CMMi Level 5 and any the below
valid Certifications which are valid at the time of
bid submission:
• ISO 20000:2011/20000-1:2011for IT
Service Management
• ISO27001:2005forInformationSecurity
Management System
Copies of valid certificates in
the name of bidder.
20
information/document(s) shall be provided within the time specified by Kannur
International Airport for the purpose. Any request and response thereto shall be in
writing. If the bidder does not furnish the clarification(s) or additional
information/document(s) within the prescribed time, the proposal shall be liable to be
rejected. In the case the proposal is not rejected, Authority may proceed to evaluate the
proposal by construing the particulars requiring clarification to the best of its
understanding, and the bidder shall be barred from subsequently questioning such
interpretation of the Authority.
2.20.4. Technical Eligibility Criteria
Each Proposal which qualifies in Cover-I shall be scrutinized further and evaluated accordingly to the
following criteria and granted a score. If the score is 70 or above, the bidder will qualify for further
evaluation (cover-I financial bid). The proposal with score less than 70 shall be disqualified and bidder
will not be eligible for further evaluation.
# Evaluation Criteria Points
A Relevant Experience Max 10
The Bidder should have Designed, Developed, Tested and Commissioned and
maintained ERP works as given in 2.20.2 Table Item No 3. The marks shall
be awarded based on the following: -
(i) Designed, Developed, Tested and Commissioned and maintained ERP works
at an airport of value 25 Crore and above 10
(ii) Designed, Developed, Tested and Commissioned and maintained ERP works
at an airport of value 20 Crore and above
8
(iii)
(iii)
Designed, Developed, Tested and Commissioned and maintained ERP works
at an airport of value 15 Crore and above
5
(iv) Designed, Developed, Tested and Commissioned and maintained ERP works
at an airport of value 10 Crore and above
2.5
B Company Profile Total 45
1
The Bidder should be registered under the Partnership Act or Companies Act,
2013, should have registered offices in India and should be in existence in
India for at least the last 5 years as on date of submission of the bid.
Max 5
(i) More than 15 years 5
(ii) 10 - 15 years 3
(iii) 5 Years or above, but less than 10 Years 1
2 Bidder or one of the Bidder in case of consortium, should possess CMMi
Level 5 and any one of the below valid Certifications which are valid at the
time of bid submission:
• ISO 20000:2011 for IT Service Management
ISO 27001:2005 for Information Security Management System
Max 5
(i) More than 10 Years 5
(ii) 5-10 Years 3
(iii) 3 Years or above but less than 5 Years 1
21
3
The bidder must have an aviation SME with technology background,
involved with minimum 10 years of experience in aviation technology
projects
Max 5
(i) 20 years 5
(ii) 15 years 3
(iii) 10 years 2
4 The bidder must demonstrate the product capabilities to establish
requirements compliance Max 20
(i) 100% 20
(ii) 85% compliance 10
(iii) 75% compliance 5
5 Compliance Certifications Max 5
(i) ISO27001:2013 or ISO27017:2015 or ISO27018:2014, 5
6 Willingness to assist in preparing Standard Operating Procedures and
workflow management Max 3
(i) Willingness to assist in preparing Standard Operating Procedures and
workflow management 3
7 The bidder’s willingness to invest in Kannur Airport’s Innovation lab Max 2
(i)
Willing to showcase innovative solutions at innovation lab and take part in
Corporate Social Responsibility activities that will be conducted by Kannur
Airport
2
C Proposed Team Leader Total 13
1 Certification Max 5
(i) Information Technology Certifications 2.5
(ii) Project Management Certifications i.e., PMP or Prince 2 2.5
2 Qualification Max 4
(i) Post Graduate Qualifications (MSc IT / M.Tech / MCA / M.E) 4
(ii) Graduate Qualifications (BSc IT / B.Tech / BCA / B.E) 2
3 Experience (quality & relevance of experience) Max 4
(i) 10 + years 4
(ii) 5 - 10 years 2
(iii) Less than 5 Years 1
D. Technical Presentation Total 27
(i) Project Experience for the Previous Projects Done 7
(ii) Understanding of Scope of Work 5
22
2.20.5. Financial Bid Evaluation
Kannur International Airport Limited shall evaluate Financial Proposals of eligible bidders. If
there is a discrepancy between words and figures, the amount in words shall prevail. For any other
calculation/ summation error etc. the bid may be rejected.
a) The evaluation will be conducted on a QCBS based evaluation system with a 70:30 weightage
(Technical/Financial). The contract will be awarded to the vendor, arriving as L1 on a merit-
based evaluation in the above QCBS process.
b) In the Bill of Quantities (Financial Bid), Only Sl. No. 1.00 to 5.00 will be considered for
financial bid evaluation.
c) In BOQ, Sl.No. 6.00 will be required for entering into a contract for O&M support after the
expiry of 5 years O&M contract stipulated in this RFP. However, quoted price for the 6th and
the 7th year shall not exceed by 10% or Consumer Price Index (CPI) whichever is higher,
based on the average annual O&M support cost for the initial 5 years.
d) In the event, the quotes so obtained are ‘tied’, the bidder with the highest technical score will
be adjudicated as the Best Value Bidder for award of the Project.
2.21. Performance Bank Guarantee (PBG)
a) The Bidder shall at his own expense, deposit with Kannur International Airport Limited,
within 30 (Thirty days) of the date of issue of Letter of Award or prior to signing of the
contract, whichever is earlier, an unconditional and irrevocable Performance Bank Guarantee
(PBG) from a Nationalized Bank or any Scheduled Bank acceptable to Kannur International
Airport Limited as per Form 3, payable on demand, for the due performance and fulfilment
of the contract by the bidder.
(iii) Solution Deployment Architecture including integration 2
(iv) Approach, Methodology & Project Plan 2
(v) Quality and Security Assurance Plan 2
(vi) Innovation & New Ideas 5
(vii) Training Plan 1
(viii) Adherence to SLA, Monitoring & Review Framework 2
(ix) Understanding of Industry Department Functions, Services and Processes 1
E. Project Management Office 5
(i) Clearly defined PMO structure, change management approach &
implementation plan and governance 5
(ii) Basic PMO structure, change management and governance 2
Total 100
23
b) This PBG, in two parts as mentioned below. All charges whatsoever such as premium,
commission, etc. with respect to the Performance Bank Guarantee shall be borne by the
bidder. First part of the PBG for an amount of 10% of the Implementation and
License/Software cost excluding the O&M contract cost, need to be submitted within 30 days
of awarding the contract. The EMD received in respect of the successful bidder will be
returned to the bidder, only after the receipt of the PBG. The PBG should be valid for a term
of one and a half years from the date of work order or till the completion of Go-Live and
submission of the second part of the PBG for the O&M period. Second part of the PBG for
an amount of 10% of the O&M contract cost spreading over a period of five years, post Go-
Live and the six months warranty period, need to be submitted prior to the commencement
of the O&M period. The first part of the PBG received from the bidder will be returned only
after the receipt of the second part against the O&M. The second PBG should be valid for a
term of five year from the date of commencement of the O&M period.
c) The first part of the Performance Bank Guarantee towards the Installation/License should be
valid for a period of 18 months from the date of work order and should be in the format
prescribed in the tender. The second part of the PBG towards the O& M support should be
valid for a period of 5 years from the date of the commencement of the O&M period.
d) The Performance Bank Guarantee may be discharged/ returned by Kannur International
Airport Limited upon being satisfied that there has been due performance of the obligations
of the Bidder under the contract. However, no interest shall be payable on the Performance
Bank Guarantee.
e) Kannur International Airport Limited shall also be entitled to make recoveries from the
Bidder’s bills, performance bank guarantee, or from any other amount due to him, the
equivalent value of any payment made to him due to inadvertence, error, collusion,
misconstruction or misstatement.
f) PBG submitted by bidder need to be revised/ extended, in case of delay/default on the part of
agency as may be required by Kannur International Airport Limited.
g) PBG should be en-cashable on demand; Bank should have no right to question the claim of
Kannur International Airport Limited.
2.22. Payment Terms and Schedule
Refer to annexure 12, Form 4 for details
(a) Operation and Maintenance
The total quoted amount for O& M shall be paid in 20 Equal Quarterly installments (Every three months
in arears) during the initial 5 years of paid maintenance period. If Kannur Airport opts for the additional
two years of O&M Support, the lumpsum quote for the additional two years shall be paid in eight equal
quarterly instalments.
10% payment under para 2.21(a) and 2.21(b) will be paid to the vendor only against a Bank Guarantee
for equal amount, valid for a period of one and half year. This Bank Guarantee will be returned to the
24
vendor, along with the second part of the payment (i.e. on delivery of software / licenses &Design Sign
off).
2.23. Service Level Agreement (SLA) and Penalty during Operation and
Maintenance
The Service Level Agreement (SLA) will be based on the stipulated minimum uptime to be guaranteed
for various category of modules after Go-live and during the entire O&M period. The stipulated minimum
uptime and the penalty for not adhering to the SLA shall be as per table below:
*Note:(1) SLA for response time, resolution time and relevant penalties shall be applicable per
incident
The penalty will be capped to a maximum limit of 10% of the contract value excluding the O&M cost,
during the warranty support period and 25% of the Quarterly O&M amount for each quarter during the
O&M period. The Contractor shall deploy suitable tools to monitor the module wise serviceability of the
ERP software.
The SLA Computation and Other details are attached as Annexure 8.
2.24. Design, Development, Testing, Implementation and Integration
i. Implementation plan should detail complete implementation of ERP including the data
migration that are essential for the implemented systems to perform as required, without any
hindrance or restriction.
ii. Penalties: In case of delay in Design, Development and going LIVE of Whole Package
(Excluding O&M) within six (6) months of the issue of the work order, then a sum equivalent
to one (1) % of the total contract value shall be deducted from the payment for each week of
delay or part thereof.
(a) Delay in excess of 4 weeks will be sufficient to cause for termination of the contract.
In that case the Performance Bank Guarantee of the bidder will be forfeited.
(b) In case, the selected bidder does not supply the ordered items/services for any reason,
the bidder will be liable to pay the difference amount to the purchaser, over and above
the performance guarantee, which indenter Kannur International Airport Limited
must pay to the next or other selected bidder for purpose of the said items.
Description Uptime
Percentage Penalty (INR)
Highly Critical Modules 99.90* 25,000 for each .01 % point of downtime
Critical Modules 99* 20,000 for each .01 % point of downtime
Other Modules 98* 15,000 for each .01 % point of downtime
25
2.25. Letter of Acceptance
The Bidder whose bid has been accepted shall be notified of the award by the Kannur International Airport
Limited prior to the expiration of the period of validity of the proposal, by registered letter or by fax. The
Bidder shall acknowledge in writing, the receipt of the Letter of Acceptance and shall send his acceptance
to enter into the Contract within 15 (fifteen) days from the receipt of the Letter of Acceptance.
2.26. Force Majeure
The Bidder shall not be liable for forfeiture of its Performance Security, liquidated damages, or
termination for default if and to the extent that its delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure. For purposes of this Clause,
“Force Majeure” means an event or situation beyond the control of the Bidder that is not foreseeable, is
unavoidable, and its origin is not due to negligence or lack of care on the part of the Bidder. Such events
may include, but not be limited to, acts of Kannur International Airport Limited in its sovereign capacity,
wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes. If a Force
Majeure situation arises, the Bidder shall promptly notify Kannur International Airport Limited in writing
of such condition and the cause thereof. Unless otherwise directed by Kannur International Airport
Limited in writing, the Bidder shall continue to perform its obligations under the Contract as far as is
reasonably practical and shall seek all reasonable alternative means for performance not prevented by the
Force Majeure event.
2.27. Non-Disclosure Agreement (NDA)
Successful bidder must sign the Non- Disclosure Agreement (Annexure 9) with Kannur International
Airport Limited.
2.28. Liability Clause
A. Any fine imposed by agencies including legal agencies against the contractor’s personnel
directly or indirectly involved in the implementation and O&M support, should be fully borne
by the contractor.
B. If a third-party claim that deliverables the contractor provided to Kannur Airport infringe that
third party’s copy right or intellectual proprietary, the contractor should be responsible to
defend Kannur Airport against that claim at its expense and pay all costs, damages, court
charges etc. that a court finally awards or the amount included in a settlement of the claim, as
applicable.
C. In the event that Bidder is delayed or prevented from performing its obligations due to failure
by the Kannur Airport or its employees or agents or delay on the part of or on behalf of the
Kannur Airport, then Bidder shall be allowed an additional period of time to perform its
obligations and unless otherwise agreed the additional period shall be equal to the amount of
time for which Bidder is delayed or prevented from performing its obligations due to such
failure or delay on the part of or on behalf of the Kannur Airport.
26
2.29. Warranty
Bidder shall warrant that the delivered software meets the requirements as specified in the detailed
Specifications of the Application Software. This warranty shall remain valid for six (6) months year after
the system Go Live at Kannur Airport. Kannur Airport shall promptly notify Bidder in writing of any
‘defect’ in the software arising due to the reasons solely and entirely attributable to Bidder under this
warranty. Upon receipt of such notification, Bidder shall remove the ‘defect’ in the application software.
Warranty shall also include changes or modifications that becomes essential for giving the intended
performance of the system, as specified in the approved Specifications. In case of breach of this warranty,
Kannur Airport’s exclusive remedy will be to obtain (1) the re-performance of the service or the correction
or replacement of any service deliverable that provides substantially similar functionality or (2) if both
parties mutually determines that such remedies are not practicable, a refund of the fees allocable to that
part of the deliverable will be due to Kannur Airport if already paid by the Kannur Airport.
2.30. Confidentiality
Both parties agree that they may, in the course of their business relationship with the other, acquire or be
exposed to information that is proprietary or confidential to the other party, its affiliates or its or their
respective clients. Both parties undertake, to hold all such information in strictest confidence and not to
disclose such information to third parties nor to use such information for any purpose whatsoever save as
may be strictly necessary for the performance of the assignment as mentioned in this proposal.
2.31. Contract Termination
The Kannur Airport may, for its convenience and with 30 days prior written notice to the Contractor,
terminate this contract in whole or in part and without payment of any penalty or incurring any further
obligation to the Contractor. The Contractor shall be entitled to compensation upon submission of
invoices and proof of claim for supplies and services provided in compliance with this contract up to and
including the date of termination.
27
3. Scope of Work
Through this tender Kannur Airport plan to implement an ERP solution, accommodating various
operational, administrative and integration requirements of the Kannur Airport as follows:
a) Requisition Process
b) Purchasing Process
c) Material and Storage Management
d) Contract Management, to support aeronautical, non-aeronautical and generic purposes
e) Accounting System (Financial and Administrative)
f) Finance System (Financial and Administrative)
g) Asset Management
h) Workflow Management
i) Maintenance Management System
j) HR Recruitment, Performance Management, Leave Management
k) Personnel Information and Personnel Payroll System
l) Training and Documentation System
m) Share Management & Corporate Affairs (incl legal management)
The detailed scope of work is as given below:
I. Conduct ‘As-is’ Study to finalize the Functional and non-functional requirement for all the
Stakeholders.
a) As part of this exercise, the Contractor will have to:
i. Study existing business processes and submit the ‘As-is’ report
ii. Study the existing network architecture and end user hardware and propose the
required ‘Bill of Material’ for Cloud hosted solution to manage the servers, storage,
virtualization and networking
iii. Submit the ‘As-is’ report and the recommended ‘To-Be’ report along with the gap
analysis.
iv. Recommend the required network sizing to support the expected performance of
ERP.
b) Prepare ‘To-Be’ functional processes
c) Host ERP applications on the primary and secondary data centers in cloud environment.
d) Data cleansing and migration (including master and transaction data).
e) Integration with other existing application Software.
f) Providing Helpdesk support and annual operations and maintenance support
g) There should be guaranteed uptime for ERP on cloud of 99.9%. The planned downtime
should occur once a month and should not last no longer than eight hours.
h) Providing training covering all the functional users, technical users and end users over a
minimum of five (5) training sessions.
28
i) Provide two (2) hardcopies of and a soft copy of the training documentation.
j) Implementation of approved Change Requests.
II. Supply, Installation, configuration, Data Migration, Documentation, Testing, Training and
commissioning of the chosen ERP solution along necessary licenses to support 10 power users
and 240 staff for the chosen ERP. The Contractor shall ensure the licenses are valid and available
to the Kannur Airport users for the entire duration of the contract from Go-Live including the
warranty period and O&M contract period. Contractor may use his discretion to procure the
licenses at an early date as required for the development and implementation, but this shall not
hinder the availability of licenses to Kannur Airport users after Go-Live as indicated above.
III. Kannur Airport may at its own discretion opt to purchase the ERP licenses directly from the OEM.
In the event of a decision to allow the Contractor to purchase the licenses, the Contractor shall, at
its own cost, shall transfer the licenses to Kannur Airport during the termination or expiry of the
O&M contract.
IV. The design must address the requirements such as high availability, scalability, modularity,
manageability, future development and integration feasibility and low operating and maintenance
costs. Applying international standards where applicable further underpins the flexibility and
viability of the design.
V. The developed software shall have comprehensive warranty for six (6) months after
commissioning of the entire system from the date of Go-live. Any changes that would be
warranted for ensuring the intended functionality, which might not have been apparent during the
UAT, and within the scope of the RFP, would have to be undertaken by the Contractor during
this period. In case, such requirement if outside the scope of this RFP, shall be implemented by
the Contractor at an additional cost, based on the quoted man month cost by the Contractor. The
reasonable manhours required for completing such changes would be decided on a mutually
agreeable terms between Kannur Airport and the Contractor.
VI. The Contractor must associate with Kannur Airport till the completion of the O&M period of five
years, post completion of the warranty period. The Contractor may have to provide this service
for another two years at the discretion of Kannur Airport, if Kannur Airport is satisfied and
decides to extend the contract with the Contractor.
a. During this period of O&M, the Contractor must assist Kannur Airport in identifying
additional software/hardware required for enhancing the functionality and should also make
necessary changes in the operational database and other modules for integrating third party
software systems on mutually agreed terms. This does not bind Kannur Airport to buy the
future requirements from the Contractor. Kannur Airport would be the sole judge in selecting
software. The Contractor should suggest packages which are proven and acceptable in the
airport operations.
b. The AMC/renewal charges for the licenses for the specified users’ licenses to support 10
power users and 240 staff for the chosen ERP platform) during the entire O&M period should
also be part of the O&M contract.
29
VII. The Contractor should have very good knowledge in software used in airports across the globe
and the technical details used in civil aviation.
VIII. Requirements defined here are conceptual, but not exhaustive. However, within the framework
set herein there can be variations, depending upon the system study by the Contractor and his
interaction with the users, after which development and customization would be carried out.
IX. If any works, services, functions or responsibilities not specifically described in this RFP, are an
inherent, necessary or customary part of the services or are essential for the proper performance
or provision of the intended services, they shall be deemed to be included within the scope of
work and is to be delivered as part of the contract without any additional cost.
X. At any point of time before the end of System Design if ERP OEM introduces technological
advance (including new version) for ERP product originally proposed in the Bid, the Contractor
shall be obligated to supply, configure and implement the latest version of the available sub-
system(s) having equal or better performance or functionality at the same or lesser unit price as
compared to that contained in this Bid.
30
4. Project Milestones
Supply, Installation, data migration, training, testing and commissioning of the system shall be completed
within nine (9) from the order date. A detailed Project plan needs to be submitted by the contractor before
commencement of the project. An indicative timeline is tabulated below.
# Milestone Timelines
1 Contract Award to Contractor D0*
2 Business process analysis and documentation D0 + 30
3 Functional Requirements Specifications document D0 + 45
4 System design D0 + 65
5 Data Migration Strategy/Plan D0+75
6 System customization and interfaces development D0 + 95
7 Conference Room Pilot 1 D0+125
8 Conference Room Pilot 2 D0 + 155
9 Test Plan and scenarios documentation D0 + 170
10 Business rules and related configuration setup
(Departments and user IDs with access rights) D0 + 180
11 Data Migration D0 + 200
12 Business administrator training D0 + 220
13 IT administrator training D0 + 220
14 Integration Testing D0 + 230
15 Performance testing D0 + 245
16 Endurance testing D0 +255
17 Training - End users D0 + 265
18 System readiness for user acceptance testing D0 + 270
19 User Acceptance testing D0 + 270
20 Soft cutover D0 + 280
21 Full cutover D0 + 290
* D0 is the date of contract award plus 7 days
31
5. Deliverables
The following need to be ensured during the project.
a. As-Is and To-Be Functional processes
b. ERP architecture
c. Detailed design of ERP including integration with Kannur Airport systems
d. Detailed specifications and requirement of hardware/networking equipment for the proposed
solution.
e. Project Plan along with manpower deployment plan
f. Functional and Non-functional requirements Specification of ERP
g. Flow charts and detailed design of the software
h. License copies of the software, Database along with license certificates
i. ERP software, Database implementation, middleware, third party software as per the requirement
of the project
j. Service Oriented Architecture (SOA) based integration with Kannur Airport’s Airport
Operational Database (AODB), non-aeronautical concessionaires’ systems for required for
aeronautical and non-aeronautical billing.
k. Service Oriented Architecture (SOA) based integration with Kannur Airport data platform to
publish the required data for necessary analysis and insights.
l. Detailed SOPs for all ERP business process flows along with workflow management
m. Intuitive dashboards that covers operational, regulatory and statutory reports requirements
n. User Manuals, Technical Manual, System Admin Manual and Troubleshooting
o. Manuals
p. Source code of all the software developed as part of customization specific to Kannur Airport and
all packages with detailed comments and descriptions as per the practices in vogue in the industry.
q. In the case of ERP and third party off the shelf products, the details of customization and
developments from the core package with detailed comments and description also should be
provided.
r. In case of open source software, if used for any reason, the Contractor should provide a certificate
for the software support from a relevant tech support firm or should certify themselves as a
guarantee for the software support for a period not less than five years from the date of acceptance
by Kannur Airport.
s. Provide maintenance and support services incoordination with Kannur Airport’s IT Help desk
team or any other as nominated by Kannur airport.
Wherever applicable, the Contractor shall provide advanced proven products in service at several other
locations that do not require any further research and development and are in current production of the
OEM. A certificate from OEM assuring product support for a minimum period of five years commencing
the date of acceptance by Kannur Airport should be provided to Kannur Airport by the Contractor.
5.1. Technical Architecture
The system comprising of the transaction modules for each wing shall enable the Kannur Airport
Managers to transact, access and capture different information across different wings through a single
portal interface.
32
The Bidder shall clearly define the technical architecture proposed to meet the functionality and
the same shall be based on the state-of-the-art solution having the following features.
The architecture should have the following features:
5.1.1 Scalability
The system shall be scalable in respect of the Modules and Functionality both in respect of downsizing
and upsizing facilitating its installation at larger or smaller airports, as the case may be. The scalability of
the systems described shall be substantiated as application server capacity based on transactions per
minute tpm = no of flights x frequency of update x no. of users. During the detailed design phase, the
figures shall be substantiated for 2.5 million passengers per year (and up to 8 million passengers over 5
years) based on:
(a) Users at the airport operations centre accessing the applications
(b) Other users accessing the applications
(c) Number of flights per day
(d) Number of information updates per day
(e) Figures for the traffic estimates extrapolated by the bidder based on ICAO forecasts
5.1.2 User friendly
The software in question should be such that Screens are user friendly. It should have Intuitive interface
based on internet portal styles to significantly reduce end-user training.
5.1.3 Multi-user Multi-tasking
Complete System shall be multi-user and Multi-tasking.
5.1.4 Open Data Structure
The software package shall have data structures on open architecture and as per accepted international
standards such that it facilitated easy integration with other applications on the Network.
5.1.5 Standard Communication Mechanism
Standard Intranet and Non-Intranet Communication Mechanism shall be used for inter Application
Communication.
5.1.6 Security
Security to ensure information access to the right users while restricting sensitive material from
unauthorized users. Only approved content can be kept in the portal/ Kannur Airport’s repository. The
system shall not permit storage of data on the local hard disks. The administrator(s) must be able to create
workgroups of users. Security should be inbuilt in to the system. Proposed system should not be vulnerable
for virus attacks or hacking. Tightening of the security aspects of the systems, in order to safeguard against
accidental or intentional damage to information and equipment should be provided.
33
5.2. System Architecture
a. The system shall utilize a multi-tier architecture. End devices shall be clients to the applications
servers. Application servers in turn shall communicate with the database servers. All information
shall be communicated between the server(s) and clients using the Kannur Airport Local Area
Network using a dedicated VLAN and/or dedicated secured tunnel.
b. Network communications shall utilize TCP/IP network communications protocol. The Contractor
shall identify the network bandwidth required to support the ERP.
c. The system architecture shall be resilient and redundant with automatic fail-over to ensure that
performance and high-availability objectives are met without manual intervention. All major
system components shall be designed so there is not any single point of failure causing disruptions
to operations.
d. All Data interfaces between ERP and other systems shall be coordinated with other contractors
and shall utilize Kannur Airport’s Integration platform.
5.2.1 Production environment
The production instances in cluster mode is the live server in which day to day operations are carried out.
The production instances will be constantly monitored for utilization and uptime.
5.2.2 DR environment
The DR server needs to be planned on the cloud. The Contractor should work out the specifications of the
cloud resource during the initial phase and assist Kannur Airport in procuring and implementing the same.
5.2.3 Test Environment
All the preliminary testing should be done in the test server. The data should be periodically moved from
productive environment to test server. The module testing and integration testing are done in test server
along with data sets.
5.2.4 Purging
There should be a facility to purge the previous year’s data as well as unwanted data as per Kannur
Airport’s data retention policy.
5.2.5 Back up
There should be provision for easy backing up of the entire system and restoring the data in the event of
a failure. The Contractor should suggest suitable back up devices and methodology.
5.2.6 Help Facility
The software should have an in-built help module. A tip provider, error warning signals etc. are required.
5.2.7 Audit Trail
There should be a facility to track the activities performed by individual user. This should enable the
system administrator to find out the person who had performed activities like deletion of files,
modification of critical data, etc.
34
5.3. Admin and User Management
The system has several modules dedicated to overall administration of the system. These are described in
more detail in the following sub-sections:
5.3.1 Access Management
The management of access to the data and applications will be coordinated by the central system.
Authorities for applications, function in the application and authorities for the individual functions will
be organized there. The authorities to access the various applications and thus the data can be processed
using the particular application will be checked with respect to the user ID and password. Applications
for which the user has no authority will not be displayed. Functions within an application for which user
has no authority will be shown as inactive on the Windows dialog.
To protect certain production data from prohibited access, a “carrier” can be specified for certain users so
that they only have access to data.
5.3.2 User logging
The log-in, log-out and other actions of all the users will be automatically recorded in the audit files. A
tool to evaluate these logs can be provided.
5.3.3 Alerter
The Alerter is a tool that displays the alert messages that result from erroneous states in interface
connections. The ‘alert’ tool is an independent client module that contains the functionality of an error-
reporting tool. The purpose is to indicate errors to supervisory employees regarding interface connections.
Based on the information provided in the message, the supervisor can then act to resolve the problem.
After clarifying the error, the status can be changed directly from the user interface of the Alerter.
5.4. Training Services
The Contractor is responsible to ensure that the nominated resources by Kannur Airport are trained on the
intended task to be performed on the system. He should ensure the following: -
a) User training to different user groups based on the nature of usage.
b) Training of power users.
c) Training the technical team on configuration and customization.
d) Onsite support to resolve post installation issues.
e) Provision of comprehensive documents for the above stages including training documents,
User Manuals and Technical Literature.
f) Any other relevant services or documents
5.5. Cloud Management, Monitoring & Compliance Services
5.5.1 Cloud Resource Monitoring
35
Capability to monitor cloud environment centrally, custom monitoring metrics, monitor and store logs,
view graphs & statistics, set alarms, monitor and react to resource changes. Support monitoring of custom
metrics generated by your applications and services and any log files your applications generate. Gain
system-wide visibility into resource utilization, application performance, and operational health, using
these insights to react intelligently and keep applications running smoothly.
5.5.2 Personal Health Dashboard
Provide alerts and remediation guidance when CSP (Cloud Service Provider) is experiencing events that
may impact the customer. Personalized view into the performance and availability of the Cloud services
underlying your Cloud resources.
5.5.3 Audit Trail
Logs of all user activity within a CSP account including actions taken through the CSP's Management
Console, CSP's SDKs, command line tools, and other CSP services. The recorded information includes
the identity of the API caller, the time of the API call, the source IP address of the API caller, the request
parameters, and the response elements returned by the Cloud service.
5.5.4 Encryption requirement
Capability to encrypt data at rest and data in motion in between Kannur Airports systems and ERP.
5.5.5 Governance & Compliance
Capability to discover all of cloud resources and view the configuration of each. Continuously monitor
and record your Cloud resource configurations and allows you to automate the evaluation of recorded
configurations against desired configurations. Receive notifications each time a configuration changes,
as well as dig into the configuration history to perform incident analysis. Capability to obtain details of
what a resource’s configuration looked like at any point in the past. Capability to notify every
configuration change so customers can process these notifications programmatically.
5.5.6 Cloud Advisor
Analyses Cloud environment and provides best practice recommendations (or checks) in five categories:
cost optimization, security, fault tolerance, performance, and service limits.
Kannur Airport reserves the right to facilitate the cloud hosting services as per the recommended specs
by the Contractor.
5.6. Application Software Development/Customization Methodology
Application Software Customization shall be carried out in following steps in agile methodology:
• Requirement Study
• Design
• Development
• Testing
• Integration
36
• Release
5.6.1 Requirement Study
The software development team shall carry out the study of the existing systems and shall discuss with
the Kannur Airports IT Division and respective user department to validate the requirements defined in
the Qualitative Requirements. The requirements of the comprehensive system shall be frozen in the form
of Software Requirement Specifications (SRS)/ Preliminary design keeping the time schedule defined in
the Contract.
5.6.2 Design
It is essential for the Kannur Airport to be provided with state-of-the-art IT, networking and equipment
solutions to support operational, administrative and business requirements. The overall concept is to
service all members of the Kannur Airport Community (airlines, governmental agencies, concessionaires,
handlers, passengers and visitors) with the most recent, applicable and sustainable technological solutions.
The existing IT network and infrastructure as shown in Annexure 10, shall be used as the backbone for
the communication. Any additional requirement for the IT infrastructure should be designed to address
Kannur Airport operational needs for the next 10 years.
Key criteria for the IT design shall be:
• Redundancy and minimal convergence time
• Limited congestion
• Appropriate modularity
• Sufficient and scalable bandwidth
• Highest possible availability
• Ease of management
• Energy efficiency
• Future proof design
• Minimal running costs
As far as possible Only proven, tested, standard based commercially available systems shall be
implemented. The technology implemented shall promote safety, efficiency, affordability, service
integration, innovation and commercialization.
The software team shall then translate the SRS/ Preliminary design into a design document. Functional
Specifications shall be prepared for the system, as per the quality standards defined in the document.
Database design for the system shall also be undertaken during this phase. This task shall be carried out
in the following steps:
• Preparation of Functional Specifications
• Design of User Interfaces, Portals/ JSPs
• Development of User Interfaces without underlying business logic
• User Interface Design reviews
• Detail Design — Database
• Physical Database Design
37
• Database Design reviews
The design must address issues such as high availability, scalability of bandwidth, modularity,
manageability, future development potential and low operating and maintenance costs. Applying
international standards where applicable further underpins the flexibility and viability of the design.
Robustness, stability, scalability and ease of maintenance are key considerations. As the operations are
near 24 x 7 x 365, the hardware, tools and backup management shall be correctly planned and provided
(for later operation and maintenance).
The design service life-time of all equipment within each IT System shall be at least 10 years in the
prevailing environmental conditions.
5.6.3 Integration
In order to ensure a perfectly operational system, a well-planned and structured systems integration
process shall be used. This is always important in systems development work, but the need is extra
highlighted when it comes to integration of complex, large-scale systems, built-up from many systems
and sub-systems as is the case in an airport environment. Integration is the key to improving safety,
security and efficiency and helps improve data access.
5.6.4 Testing
The testing methodology advocates complete and comprehensive testing of the system to ensure that all
specified features and performance criteria are met. The site acceptance testing should consist of the
following phases.
(a) Conference Room Pilot
(b) Integration testing
(c) Performance testing
(d) Endurance Testing
(e) User Accepting Testing
This is the phase when Acceptance Testing plan based on the Acceptance Testing procedures shall be
taken up in consultation with the IT Division. Development of User Manuals shall also be taken up and
get approved by the Kannur Airport.
Acceptance Testing shall be carried out using the finalized Acceptance Testing Plan. The user will devise
the acceptance-testing plan. For acceptance tests a plan including the test cases will be produced by the
Contractor that contains the procedures and responsibilities for delivery acceptance.
5.6.5 Implementation
The system should be implemented without affecting the operation of the Kannur Airport functions
including duty free. The porting and migration of data would be the responsibility of the Contractor.
Necessary temporary arrangements should be made by the Contractor at his cost for smooth changeover
of the existing system to new system without affecting the operation.
38
5.6.6 Operation & Maintenance Support
Bidder shall adequately plan the O&M on-site support team during the entire period of warranty and
operation & maintenance support, with adequate teams to ensure the SLA conditions as stipulated under
clause 2.23, from 0700 hrs. to 1900 hrs. Monday to Saturday. The Contractor may plan for offsite support
for modules, wherever feasible, subject to the SLA conditions.
5.7. Security
a. Authorized users shall log into the system using a unique user name and password. Depending
on assigned user access privileges, the user shall be either granted or denied access to individual
applications, forms, fields or data.
b. A System Administrator shall be able to add, delete, set, and change user privileges and access
authorization via a GUI built into the general operations of the applications and servers. All
system security parameters shall be configurable by the System Administrator.
c. The system shall have a configurable "inactivity timeout period" such that if any workstation is
determined to be inactive by having no input/output performed at that workstation for the defined
timeout period, that workstation shall be automatically logged out of the system. The timeout
period shall be configurable by the System Administrator. NOTE: This requirement applies only
to interactive users, not to automated interfaces which are expected to be inactive during certain
periods where no data is transmitted.
d. The inactivity timeout described above shall be recorded in the fault log, showing date, time,
workstation identifier, and the username logged in when the inactivity timeout occurred.
e. The system shall provide an audit trail of all transactions. The audit trail shall track on a per-user
basis. The audit trail file shall indicate any changes that occurred to applications configuration,
data structure, or database fields/records, and shall contain the date and time of the change, the
identification of the user or the subsystem that made the change, and the details of the change.
f. The system shall provide automated tracking of the audit trail database and alert the System
Administrator when the file has exceeded pre-determined size restrictions. The operator shall then
have the ability to archive this database, along with the ability to restore it for reporting purposes.
The system shall also include the option of a “rolling window”. In this case, the audit trail database
shall use a rolling window with a System Administrator configurable window (i.e., after defined
period of time oldest records are automatically dumped).
g. The system shall assign a specific user authorization for each user as per Kannur Airport policies.
The system shall provide the following three access levels as a minimum:
i. Read-only: This access level allows only read capabilities for authorized database fields
and screens.
ii. Privileged User: This access level allows read capabilities and write capabilities for
specific database fields.
iii. System Administrator: This access level allows unlimited read and write capabilities in
addition to system maintenance.
39
6. ERP Functional requirements
# Business
Functional Area Process Description
1 General Ledger General
a) Ability to maintain predefined exchange conversion rates
for a range of period.
b) Ability to enter foreign currency transaction with
appropriate precision applicable.
c) Ability to account transactions in the respective accounting
period.
d) Ability to enter transactions in multiple periods
simultaneously
Ability to facilitate the adjustments journals as suggested
by auditors during year closing.
e) Ability to enter transactions pertaining to subsequent
unopened periods.
f) Ability to open / close the periods of depreciation books
independently.
g) Ability to restrict users from opening / closing of
accounting periods except a few.
h) Ability to generate Financial Statements by any reporting
dimension (e.g.: business line)
2 General Ledger Revenue
accounting
a) Cost center accounting
b) Profit center accounting
c) Internal orders
d) Profitability analysis segment
e) Aeronautical Revenue
f) Non-Aeronautical Revenue
3 General Ledger Expense
accounting
a) Ability to create expense Journal
b) Ability to approve Expense Journal
c) Ability to post Expense Journal
4 General Ledger Budgeting
a) Ability to do define budget values for a range of accounts
b) Ability to maintain history for budget values during
addition / modification
c) Ability to carry forward the unused budget value to the
next month
d) Ability to maintain budgetary control at the transaction
source
e) Ability to provide restricted access to specific users
f) Ability to modify budget as and when required
g) Ability to budget for parent level accounts.
h) Ability to generate variance reports showing actual and
budgeted expenses.
i) System should provide ‘Estimates’, a combination of
actual figures and budgets at any time during the year.
40
# Business
Functional Area Process Description
5 General Ledger Journals
a) Ability to enter transactions in batches / individually
b) Ability to give journal name, description for each
transaction
c) Ability to validate journals by way of approval before
posting the books
d) Ability to send notification to the approver once the
transaction is entered / up-dated based on organization
hierarchy.
e) Ability to route the journal to the next level of authority, if
unapproved for a specified period of time.
f) Ability to create journals periodically with predefined
values
g) Ability to allocate the prepaid expenses
h) Ability to reverse monthly provision journals
automatically in the next period
i) Ability to upload journals prepared in spread sheet
j) Ability to reverse a journal in the same period or in
subsequent period
k) System should automatically reverse the accrual journals
in the next period.
l) For recurring transactions, system should have facility to
automatically create entries every month.
m) Journal approval should be based on the total journal
amount.
n) Soft copies of supporting documents should be attached to
journals.
o) System should provide the flexibility of re-opening a
period.
6 Fixed Asset Master
a) Ability to add an asset directly in Assets module
b) Ability to assign depreciation method
c) Ability to assign default sub-component life
d) Ability to group asset assignments irrespective of category
based on
- project number
- assigned with third parties
e) Ability to use different depreciation calendars
f) Ability to maintain two or depreciation rates for the same
assets for management and statutory requirements
7 Fixed Asset Transactions
a) Ability to transfer an asset / group of assets from one
department to another
b) Ability to transfer an asset / group of assets with a back
date
c) Ability to revalue an asset / group of assets
d) Ability to transfer assets between line of business
41
# Business
Functional Area Process Description
8 Fixed Asset
Work-in-
Progress
Assets
a) Ability to maintain work-in-process assets
b) Ability to calculate depreciation from the date of
capitalization
c) Ability to reclassify the asset category
d) Ability to identify work-in-process assets of a project
instantly irrespective of category
e) Ability change the status back to work-in-process for
wrong capitalization
9 Fixed Asset Depreciation
a) Ability to run depreciation multiple times without closing
the period
b) Ability to project depreciation for a range of periods
c) Ability to do what-if-analysis by changing the existing
depreciation method / rate
d) Ability to calculate depreciation as per statutory
requirements
10 Fixed Asset Sale/
Retirements
a) Ability to sell/retire an asset / group of assets
b) Ability to calculate gain / loss on sale/retirement
c) Ability to generate accounting entries automatically in
General ledger
11 Enterprise Asset
Management
Enterprise
Asset
Management
a) Ability to track Asset hierarchies and their locations and
manage the complete lifecycle of the asset.
b) Ability to do Preventive maintenance
c) Ability to do Predictive maintenance
d) Ability to maintain Spare Parts Tracking
e) Ability to make it easy to manage the estimated and actual
cost of maintenance.
f) Ability to send maintenance Notification
g) Ability to send maintenance Order Creation
h) Ability to manage SLA
i) Ability to do Maintenance Order Completion and
Settlement
12 Cash & Bank
Management
Masters and
transaction
a) Ability to deposit Bank funds
b) Ability to maintain multiple Bank accounts
c) Ability to maintain multiple financial instruments that are
associated with those bank accounts
d) Ability to deposit bank funds
e) Ability to define unlimited banking transaction codes for
each branch of the bank.
f) Ability to provide float days for each banking transaction
code for arriving at the anticipated value date of the
transaction.
42
# Business
Functional Area Process Description
13 Cash & Bank
Management
Bank-
Reconciliation
a) Ability to upload bank statements electronically.
b) Ability to do automatic reconciliation between bank
statements and bank transactions in the books of accounts
of the Company.
c) Ability to define the criteria for matching the receipts and
payments for Auto-Reconciliation.
d) Ability to define tolerances for the Auto-Reconciliation
criteria.
e) Ability to create and reconcile receipts and payments for
the un-reconciled statement lines.
f) Ability to clear the receipts and payments manually where
bank statements are not available in electronic format.
g) Ability to reconcile the bank statements manually.
h) Ability to enter and reconcile bank charges while
reconciliation.
14 Accounts Payable Supplier
Master
a) Ability to maintain the existing vendor number which are
alphanumeric.
b) Ability to assign different Liability and Advance Accounts
based on vendor location
c) Ability to give access of Supplier Definition screen to
specific users
d) Ability to capture supplier’s address, contacts and bank
details
e) Ability to account invoices in multiple currencies in one
supplier account
f) Ability to classify vendors
g) Ability to set different payment terms for different vendor
branches
h) Ability to treat employees as vendors
i) Ability to book invoices from different sundry suppliers
under single supplier name but to print checks as per
invoice
j) Ability to put all supplier invoices on hold
k) Ability to hold supplier invoices if not matched against PO
/ all invoices / unapproved invoices
l) Ability to restrict use of suppliers only for PO / Quotations
m) Ability to stop usage of unwanted suppliers
15 Accounts Payable Payment
Terms
a) Ability to create unlimited user defined payment terms
Payment terms should be date sensitive. System should
automatically calculate the Invoice due date based on
payment term.
b) Ability to attach to suppliers to default payment term.
c) Ability to override the payment term at the time of invoice
entry
43
# Business
Functional Area Process Description
16 Accounts Payable Tolerances
a) Ability to set tolerance limits against PO matched invoices
for
i. Quantity Ordered
ii. Quantity Received
iii. Price
17 Accounts Payable Payment
methods
a) Ability to make payments against
i. Cheques
ii. Demand Draft
iii. Standing Instructions
iv. Bank Letters
b) Ability to print the above-mentioned documents in the
required predefined formats
18 Accounts Payable Invoices
a) Ability to enter invoices in batches
b) Ability to check online for budget availability at the time
of invoice entry
c) Ability to upload invoices from suppliers electronically
after validation
d) Ability to generate reference number for transactions
e) Ability to match with Purchase Order
f) Ability to adjust invoices against advance payments
19 Accounts Payable Invoices
a) Ability to enter invoices in batches
b) Ability to check online for budget availability at the time
of invoice entry
c) Ability to upload invoices from suppliers electronically
after validation
d) Ability to generate reference number for transactions
e) Ability to match with Purchase Order
f) Ability to adjust invoices against advance payments
20 Accounts Payable Payments
a) Ability to make payments from invoice entry screen
b) Ability to make payment for only one supplier
c) Ability to make partial payment against an invoice
d) Ability to pay in foreign currency
e) Ability to restrict payment only against approved invoices
f) Ability to make payment for a group of suppliers
g) Ability to make multi-currency payments at one go from
different bank documents
44
# Business
Functional Area Process Description
21 Accounts
Receivable Master
a) Ability to group customers based on category.
b) Ability to assign automatic numbering (alpha numeric) to
customers.
c) Ability to define credit limits for the customers.
d) Ability to capture the address, telephone number, and
contact person details for each customer.
e) Ability to define multiple addresses for each of the
customer.
f) Ability to amend or disable the address for the customer.
g) Ability to define a single customer account for multi-
currency transactions.
h) Ability to maintain the customer bank information.
i) Ability to define payment terms to the customer.
j) Ability to specify the collectible amount out of the
outstanding balances of the customer.
k) Ability to change the receivable account at the customer
level.
l) Ability to apply receipts from one customer against
invoices of other customer.
m) Ability to categorize the customers based on multiple
criteria.
n) Ability to have audit trial for the customer showing the
details of the creator and the date of creation of the
customer account.
o) Ability to delete a customer account.
p) Ability to restrict the creation of new customer with the
name of the existing customer.
22 Currency Multi-currency
System should be able to handle the functionality around Currency
as stated below:
a) Ability to upload the exchange rates
b) System should allow update to already defined rates
c) Ability to have a tight link with the sub-ledger transactions
d) Ability to maintain predefined exchange conversion rates
for a range of period
e) Ability to enter transactions in the respective transaction
currency
f) Ability to enter foreign currency transactions
g) Ability to run revaluation process to periodically account
for the loss/gain in the foreign currency
45
# Business
Functional Area Process Description
23 Asset Management
Enterprise
Asset
Management
a) Ability to track Asset hierarchies and their locations and
manage the complete lifecycle of the asset.
b) Ability to define work centers and its hierarchy,
assignment of resources to the work centers, scheduling
and planning parameters for the work center, cost center
for the work center, activities and activity rates etc.
c) Ability to create operations for the Suppliers to perform.
d) Ability to create PR and subsequently PO for the work and
services required assigned to the Supplier. Functionality to
select the right Supplier to perform the work.
e) Ability to do Preventive maintenance
i. To fine tune the maintenance frequencies to
optimize maintenance costs
ii. To define various maintenance planning strategies
like periodic maintenance, maintenance based on
measuring points or a combination of both
f) Ability to report back the work performed, confirm the
labor and materials consumed.
g) Ability to generate the actual cost for the work order.
h) Ability to update the completion status.
i) Ability to generate revenue related billing, settle the work
order costs based on the cost receiver assigned, verify the
services performed by the Suppliers and confirm the same,
approve and release the payments to the Suppliers based
on the work performed
j) Ability to manage SLA
k) Ability to do Maintenance Order Completion and
Settlement
Ability to maintain Spare Parts Tracking
l) Ability to make it easy to manage the estimated and actual
cost of maintenance.
m) Ability to send maintenance Notification
24 Financial
Management
Treasury
Management
a) Ability to manage control loans (payable and receivable)
b) Ability to post capital journals
c) Ability to post payment journal
d) Ability to post allocation journal
e) Ability to calculate simple and compound interest
f) Ability to configure different loan types
g) Ability to setup interest agreements with the Bank
h) Ability to allow import importization schedule of loans
i) Ability to create ledger budget based on future loan
46
# Business
Functional Area Process Description
25 Procurement &
Sourcing
Purchase
Requisition
Process
a) Ability to handle requisitions for goods and services
b) Ability to enter scope of work details in the Purchase
requisition
c) Ability to add terms and condition related details in the
purchase requisition
d) Ability of the system to send the PR for approval
according to configurable Delegation of Authority
e) Ability to enter the PO Buyer name in the requisition
f) Requisition numbers should be automatically generated by
type of requisition
g) Ability to enter the estimated price of the item in the
requisition
26 Procurement &
Sourcing
Enquiry and
RFQ Processes
a) Ability to prepare RFQ from the PR details
b) Enquiry should be generated from requisition
automatically.
c) System to show the eligible suppliers to whom the enquiry
can be sent.
d) Enquiry should be sent to Suppliers through e-mail
e) System to provide a report on action to be taken on
enquiries, which are sent to suppliers.
27 Procurement &
Sourcing
Purchase
Order Process
a) Ability to create purchase order from approved
requisitions without user intervention
b) Ability to enter one-time purchase orders in the system.
c) Ability to convert the quotation into purchase order
(RFP/RFQ)
d) Ability to refer to the quotation in the purchase order
e) System should not allow any purchase order to be created
without requisition reference.
f) Ability to 'place on hold' purchase orders in the system.
g) Ability to enter the reason for placing the hold on purchase
orders in the system.
28 Procurement &
Sourcing
Goods Receipt
Process
a) The PO number and should be reflected in the Goods
Received Note
b) The system should allow the update of the GRN with
required remarks
c) The system should auto forward the GRN and notify the
Finance for invoice preparation
d) The invoice should contain the details of the PO and the
GRN
29 Product
Management Master data
a) Ability to record and maintain item master list with
availability of material number/code/part code as primary
identifier for various material types including spares and
consumables
b) Ability to generate material code automatically for item
entry to item master as well as support manual entry
47
# Business
Functional Area Process Description
c) Ability to support alphanumeric material codes
d) Ability to capture detailed material information including
the categories of data to support core material management
transactions like goods receipt, goods issue etc. (1) basic
data like Material No, Item Description, UoM status
origin, type, conversion factors, ownership details etc. (2)
inventory management data i.e. material history, ABC
classification, inventory location, safety stock, ROL etc.
(3) purchasing data i.e. Purchase rule, tax/duties rule,
ordering batch size etc. (4) costing data i.e. standard price,
moving average price etc.
e) Ability to support item groups or categorization of material
into material groups, type and location etc.
f) Ability to support approval workflow and automatically
trigger material data authorization upon material data entry
g) Ability to track material authorization status pre and post
approval
h) Ability to track changes made to material record with
details of changes made, changing entity and approver of
changes
i) Ability to reject material record and update material record
status with reasons
j) Ability to record whether material is moving or non-
moving or obsolete delete a material record which are non-
moving, obsolete
k) Ability to link material to vendor / supplier details
l) Availability of search functionality based on material
numbers, wild card entries, partial item description, shelf
life, warranty period, specifications, etc.
m) Ability to display partial or full material master
information to users across functional areas and restrict
display of all information based on user roles/display
authorization levels
n) Ability to support multiple Units of Measure (UoM) for an
item
o) Ability to create catalogues for different material types,
spares and miscellaneous items
p) Ability to generate detailed item wise report of material
information
q) Ability to generate report on material performance e.g.
material history report, material blacklist report, damage
during warranty period
r) Ability to generate material reports for separate material
type, material group, location etc.
48
# Business
Functional Area Process Description
30 Inventory
Management
Inventory
management
a) Ability to schedule stocktaking as per predefined business
rules e.g. A Level Items will be counted once every month
and freeze inventory for stocktaking
b) Ability to support in stock replenishment for all stock
items based on parameters like re-order point, safety stock
level, consumptions patterns etc. The system should
estimate ordering quantity and delivering schedule which
can be converted automatically into purchase requisitions
c) Ability to trigger stock replenishment for all stock items
based on various parameters like reorder level, safety stock
level, material consumption
d) Ability to estimate suggested ordering quantity and
delivering schedule for individual items for stock
replenishment
e) Ability to generate purchase requisitions based on re-
orders automatically for items based on predefined system
configurations
f) Ability to support inventory valuation methods like
FIFO/LIFO/Weighted Average, Standard Cost, etc.
g) Ability to estimate total inventory carrying cost based on
inventory valuation method
h) Ability to revalue inventory, with tracking to revert back /
to get original value, if required. This is to facilitate credit
refund to Govt at current rate on original value.
i) Ability to generate report on Stores Accounting capturing
the quantity and value information as per the current
formats, for e.g., Report on ATD (Accounts Transfer
Debit) and ATC (Accounts Transfer Credit)
j) Ability to generate item wise stock status reports on
current inventory status based on goods receipt, goods
issue and stock balances on a daily/weekly basis
k) Ability to generate consolidated inventory report on
receipts, issues, stock adjustments, scrap inventory, goods
returned to suppliers, etc.
l) Ability to consolidate and generate report on item wise
total inventory levels for all stores
m) Ability to generate stock-out reports
n) Ability to generate report on inventory analysis e.g.
material consumption pattern across stores
o) Ability to generate report on availability of inventory
during requisitioned and actual service level for items
31 Project
Management
Project
Management
a) Ability to create and update Project master, create and
update Work Breakdown Structure (WBS)
b) The ability to use Microsoft Project to create and update
the Work Breakdown Structure (WBS) for the ERP project
49
# Business
Functional Area Process Description
quotation, if needed
c) The ability to create WBS templates in Microsoft Project
to use in ERP
d) The ability to use predecessors
e) The ability to view a graphical illustration of worker
availability to see how many days, weeks, or months
workers are available in a specific time range and a list of
projects that the worker can be assigned to
f) The ability to track changes or updates made to timesheet
entries
32 Human Resource
Management Masters
a) Employee information
b) Employee experience & skill information
c) Dependents information
d) Education profile & details/
e) Employee Religion information
f) Define air passage eligibility for employee & dependents
g) Ability to assign employees to cost centers
h) Bank account information of employee, link to payroll
i) Employee job profile
j) Define benefits based on employee grade
k) Ability to generate organogram based on reporting
relationship
33 Human Resource
Management
Job
Description
and Evaluation
a) Ability to create Job Master
b) Ability to create Job description and evaluation factor
c) Ability to User definable grades
d) Ability to create Position
e) Ability to generate Position Hierarchy
f) Ability to create Manpower Planning
g) Ability to create Forecasted Position
34 Human Resource
Management
Recruit and
exist
management
a) Ability to create employee requisition by department
b) Ability to initiate recruitment Project – Created by HR
c) Ability to create the Job Description
d) Ability to create Recruitment Project
e) Ability to apply Job – Self and Referral
f) Ability to process applicant Creation-Based on Application
Received
g) Ability to process application Creation for the Applicants
h) Ability to set Interview for the Applicant
i) Ability to attach interviewer's feedback form can be
attached
j) Ability to select Interviewer and Interview Time
k) Ability to set multiple Interview Schedule
l) Ability to Hire of worker
m) Ability to manage exit management
50
# Business
Functional Area Process Description
35 Human Resource
Management
Performance
Management
a) Ability to create company level goals
b) Ability to cascade Company goals to departments
c) Ability to add Self goals
d) Ability to process Mid-term assessment
e) Ability to process Year end assessment
f) Ability to view previous assessment history
36 Human Resource
Management
Learning and
Development
a) Ability to create course by L&D department
b) Ability to Opening Of Course for receiving employee
registrations
c) Ability for employee to register through Employee Self
Service portal
d) Ability to see the list participants applied
e) Ability to confirm participation
f) Ability to upload technical and behavior competency
dictionary for each role
37 Human Resource
Management
Attendance &
Leave
Management
a) Ability to integrate biometric attendance system
b) Creation of Leave Rules and updation of leave master
accordingly
c) Provision to apply leave through offline/online.
d) Leave approval process to be automated
e) Individual Leave details to be available in ESS
f) Provision to record compensatory offs
38 Payroll Payroll
1) Ability to allow the setup of multiple payrolls with
different payroll administrators & combining payroll
(clearly def. semi variable, static variable payments)
2) Ability to allow restriction of administrative functions to a
few select payroll users
3) Ability to have a data upload facility to upload historical
payroll data
4) Ability to allow the maintenance of slab-wise details for
statutory elements like Income Tax as well as user defined
elements
5) Provision to calculate reduction in salary based on
attendance policy
6) Ability to generate Form 16
7) Ability to generate TDS challan & return
8) Ability to generated YTD TDS statements
9) Ability to allow the following calculation of onetime
payment of allowance and / or deduction: Incentive, arrear,
ex-gratia, uniform, lease/ conveyance maintenance,
Foundation day, etc, By Amount: enter amount to be
deducted or payable, by Days: enter number of Days for
system to compute the amount based on Basic Pay or gross
Pay and/or any other component of Pay, By Percentage:
enter percentage for system to compute the amount based
51
# Business
Functional Area Process Description
on basic pay or gross pay and/or any other component of
pay
10) Allow for input of start and end date for recurring payment
/ deduction
11) Ability to automatically update Payroll database for
changes in employee record without interfering with
payroll processing (e.g. Promotions in the middle of
month)
12) Ability to allow Back dated calculations
13) Ability to allow a final settlement report for each
terminated employee
14) Ability to allow provision to suspend Payroll runs or
control final settlement processing on a case to case basis
15) Ability to have the provision to run separate bonus/
incentive runs
16) Ability to provide the Ability to handle unlimited pay
account codes and drawing banks
17) Ability to have a provision to process Arrear and
backdated Payment calculations
18) Provision to recover advances in subsequent pay periods
with a single transaction
19) Ability to maintain earnings history information (i.e., a
record of all pay of all activity) for each employee for a
user-specified period of time
20) Ability to support multiple banks or savings institutions
per employee
21) Linkage with Punishments i.e. suspension should result in
non- payment of subsistence allowance
22) Ability to calculate HRA Rebate as per the prevailing
Income Tax Law/Rules
23) Ability to handle tax exemptions as per the prevailing
Income Tax Law/Rules
24) Ability to handle Gratuity Calculations
25) Ability to process casual leaves for the part time sweeper
and other part-time employees
26) Ability to handle Provident Fund/VPF rules like Calculate
and deduct contributions according to the respective
Statutory Acts/ Company policy etc., Maintain individual
GPF/VPF accounts and generate individual account slip
for every financial year
27) Ability to generated YTD Salary & PF statements
28) Ability to conduct full and final settlement of employee
during Exit
29) Ability to notify (flag) individuals of any outstanding
balances when employee is terminated
52
# Business
Functional Area Process Description
30) Ability to record an employee's selection of benefit,
retirement and deduction options
31) Ability to automatically recover salary advances
32) Ability to define multiple payment methods (Bank
Transfer/Cheque Payment)
33) Ability to require approval before a specific payment is
made to an employee
34) Ability to forward the overtime schedule to the top
management for approval if the amount of overtime is over
a defined percentage of the basic salary
35) Ability to maintain a salary range for each job family or
job class/career band
36) Flexi window for salary calculation
37) Ability to automatically adjust calculations for mid-pay
period salary, advanced salary, and employment actions
38) Ability to assign work calendar (scheduled work days,
scheduled holidays, etc.) to one or more employee groups
39) Ability to default standard holiday data, as well as user-
defined holiday data
40) Ability to create and maintain work calendars over user-
defined years
41) Ability to provide input to Finance & Accounts Module
for salary payment based on attendance. Statutory and
voluntary deductions
42) Ability to calculate arrears in case promotion is made with
retrospective effect
43) Ability to update salary details on promotion, Succession
Planning
44) Employees should receive auto monthly salary slips mails
45) Ability to support encashment of Leave, Tours and travel
and on retirement with consequent tax adjustments
46) Ability to release of festival advance and other advances
(user defined) against salary
47) Ability to Employee-wise recovery position, recovery list
and outstanding balances list - month-wise or as user
defined
48) Ability for payment of medical reimbursement,
allowances, recovery and taxation (if any) thereon
49) Ability to support Recovery of club/ union contributions
50) Ability for provision of Housing loan or any other loan
component to be adjusted against the employee salary
51) Ability to support payment of educational allowance,
transfer allowances and any other user defined allowances
52) Ability to support recovery of all other types of loans with
reports like recoveries made, overdue list etc.
53
# Business
Functional Area Process Description
53) Ability to support calculation of incremental arrears with
consequent tax adjustments
54) Ability to support payment of salary arrears as per the
industry level settlements with tax adjustments. Also
support payment of arrears calculated in user defined
installments or in lump sum
55) Ability to define loans and its various characteristics such
as periodicity, interest rate, ceilings details etc.
56) Ability to attach loan sanctioning rules to every loan type
57) Ability to allow payroll to deduct the amount due from an
employee (in case of loans/advances etc.)
58) Ability to Define tax rules to determine employees tax
liability as per changes in statutory legislation for actual
tax liability of employee
59) Ability to capture employee asset details such as various
land holdings, investments in shares, any bank deposits
and various sources of income
60) Ability to provide investment declaration form in
electronic format. The employee will be required to fill
and submit the form electronically to automatically
updating of salary record and tax calculation by the system
61) Ability to ensure support for major statutory reports /
certificates of taxes in the user defined format
62) Ability to establish deduction limits for each deduction
based on various parameters like: Employee, Job
Classification, Company, Benefit plan, Salary
63) Ability to make deductions effective: In the current period,
in any pay period or periods selected, in any user-defined
frequency selected, between user-defined start and stop
dates, untila user defined limit is reached
64) Ability to have Start and stop dates for deductions should
be maintained: On the Employee Master file, On employee
level
65) Ability to reverse deduction to be included in next pay
check if incorrectly withheld / Option with user
66) Ability to determine deduction amounts by: Amount of
earnings, Percent of earnings, Number of hours
67) Ability to prioritize deductions: Using the deduction code,
Using a separate priority number
68) Ability to be prompted by system when employee status
changes to leave to determine how deductions will be paid
while on leave: take when return lump sum
69) Ability to apply or stop various deductions based on
employee status changes
70) Ability to provide for online ad-hoc calculation of
54
# Business
Functional Area Process Description
employees pay slip /salary amount
71) Ability to perform on-line calculation of pay and benefits
for terminated employee based upon termination date
72) Ability to evaluate different scenarios for change in pay-
roll structures
73) Ability to provide an impact analysis tool for analysis of
impact of revision of any / all components like pay,
allowances, deductions etc.
74) Ability to display the status of the Payroll calculations
75) Ability to run Payroll multiple times before finalization to
ensure accurate pay computation
76) Ability to post the amount of salary paid for each element
of pay for an employee, based on the relevant GL account
code and employee cost center information to General
Ledger. Financial postings include: Element, Amount, GL
Account, Cost Centre
77) Ability to Post salary payment advice including multiple
payment methods such as bank, cash and Cheque to
General Ledger
78) Ability to generate pay slip with following detail: Taxable
and non-taxable components in separate columns, Tax till
date, Calculated, Recovered, Projected, Loan balances and
no. of installments deducted / left, Provident fund opening
balance, interest till date, closing balance etc.
79) Ability to support pooling the monthly contribution of PF
in to the online management system
80) Allows differentiation of employees (e.g. PF not
deductible based on eligibility criteria)
81) Ability to Support PF settlement process including
generation of settlement sheets and relevant vouchers for
accounting
82) Ability to support calculation of periodic interest and
crediting the amount to the accounts
83) Ability to perform PF application processing, loan
sanctioning, loan disbursement, modification of loan
installments, loan short closure, recovery through payroll,
final settlement during closing/transfer for different type of
PF loans (support linkage with loans against PF)
84) Ability to deduct loan installments (& separately track
deductions, loan balance etc.)
85) Ability to Generate all types of MIS reports as per request
of Bank (like PF ledger, PF loan ledger, Pension rule, PF
rule, Gratuity rule (online) etc.)
86) Ability to maintain nominee details and payment to
nominee in case of death of an employee (Integrate with
55
# Business
Functional Area Process Description
Employee Master)
87) Ability to provide PF Returns and other statutory forms
88) System should generate all types of reports/registers
related to Management
89) Ability to allow multiple user-defined messages to be
printed on Cheques
90) Ability to prepare statutory dues statement details & bank
clearance month wise as per statutory scheme and
remittance activity to the designated bank account
91) Ability to generate various information as to be required
time to time by the statutory authority relating to PF
settlement, PF loan, trustee activity information, statutory
pension information and information as pertaining to
contractual employees, etc.
92) Ability to process the statutory pension cases at the time of
retirement/death/resignation/transfer
93) Ability to generate various information as required by the
statutory authority from time to time regarding awarding
contract to the Suppliers with job details, payroll
information, and compliance to statutory authority in
respect of Suppliers' employees, etc.
94) Ability to perform gratuity calculation, provision &
accounting employee-wise as per user defined rules
95) Ability to perform forfeiture of Gratuity in case of
dismissals etc.
96) Ability to generate gratuity payment cheques
97) Ability to maintain nominee details and payment to
nominee in case of death of an employee
98) Ability to generate all types of reports/registers related to
Gratuity management
99) Ability to intimate the employees three months before their
retirement about their PF subscription, PF Loan, Gratuity
and Pension claim forms etc.
100) Ability to maintain nominee details to facilitate
pension processing
101) Ability to support pension disbursement and
support multiple payment
102) modes for pension
103) Ability to calculate family pension and payment
104) Ability to support all related accounting
procedures including generation of vouchers and related
reports
105) Ability to perform Income tax calculation and
deduction for pension payment as per Government of Utter
Pradesh guidelines
56
# Business
Functional Area Process Description
106) Ability to handle employees joining and going out
on deputation / LIEN along with details like: Leave salary
contribution, Pension, PF etc., Economic rehabilitation
with nomination & other details
107) Ability to generate reports on list of employees
based on pay scales
108) Ability to have provision for generating ad-hoc
payroll reports & provision for generating user defined
reports
39 Human Resource
Management
Employee Self
Service a) Employee Self Service portal should be available
40 Workflow
Management General
b) The tool must automate the tasks and workflows/file-flows
of business processes for the entire organisation.
c) As-Is study and To-Be processes will define the required
workflows to be configured.
d) Workflow should include:
i. facilitation of meeting(s) management i.e., circulating
the agenda, its review and approval, recording of meeting
minutes for follow-up of the action items till closure and
subsequent search of meeting minutes and / or action items
based on search strings
ii. facilitation of any event and its management including
the reviews and comments (against each review line item),
timelines, expenses and outcome and search based on
search strings
iii. Issue (or receive), store and download, maintain the
validity, renew the certificate(s), provisions for special
remarks for any registrations, shares certificates supported
by analytics and reporting
41
Integration with
Enterprise
Messaging System
General
a. Notifications / alerts should be sent via SMS / Email /
automated call using Enterprise Messaging Systems
57
7. ERP Non-functional requirements
# Item Requirement
1 Application and access control Requirements The system will provide a single sign-on solution
across all modules
2 Application and access control Requirements The system will ensure no session data persists
when a session is closed.
3 Application and access control Requirements
The system will assign the ability to set prescribed
and configurable session time-out limits.
5 Application and access control Requirements
The system will display an advisory warning
message to the user before initiating the system
logon procedure regarding unauthorized use of the
system and the possible consequences of failure to
heed this warning
7 Application and access control Requirements
The system will provide an access control and
authentication solution that is to be capable of
enforcing a specified password policy
8 Application and access control Requirements
The system will facilitate the copy of the user roles
defined in the production/pre-production
environment to be used across multiple
environments as follows:
- The ability to define and maintain roles in multiple
environments (e.g. development, training, UAT,
production/pre-production);
- The ability to change roles and access rights in one
environment without impacting on the other
environments;
- The ability to modify the underlying user directory
in one environment without impacting on the other
environments; and
- The ability to export and import (or copy) a user's
access profile attributes within the same system and
between systems environments.
9 Application and access control Requirements The system will track changes to user access and
logs them in an audit trail
10 Application and access control Requirements
The system will ensure authentication data is
encrypted such that it is not susceptible to
interception
11 Application and access control Requirements System access will be role and permission based.
12 Application and access control Requirements The system logs users out after a specified period of
inactivity.
58
# Item Requirement
13 Application Audit Requirements
The system will capture audit trail records in a form
that facilitates ease of use, analysis and reporting.
Data includes:
- identification of the user;
- event description;
- event source (e.g. application module name);
- the actions performed by the user;
- the data involved (tracking prior and subsequent to
a change being made);
- success or failure of the event;
- the date and time of the interaction; and
- a session or transaction identifier.
14 Application Audit Requirements The system will provide the ability to track all log-
ins and log-in failures.
15 Application Audit Requirements
The system will provide transaction logs to record
executed functions to facilitate diagnosis and
reconciliation of system errors
16 Architecture standards
The system will provide the ability to make changes
to the Relational Database Structure and business
rules without requiring a change to the source code
17 Architecture standards
• The system will be able to deploy changes
in a modular format.
Architecture permits modular release of
functionality.
• Specify Artificial Intelligence (BI)
extensibility supported by the proposed
application
• Specify the Business Intelligence (BI)
capability
• The environments (Production, Test, Dev
and UAT) should have capability to deploy
on cloud as well.
18 Architecture standards
The standard architecture offers the ability to
change Solution functionality and data structures in
an efficient and effective way without
compromising the Solution architecture and whilst
maintaining data integrity. Data is to be stored and
managed in a manner that allows efficient and
effective recovery from data loss, corruption,
disaster or any other event that renders it
unavailable or unusable.
94 Architecture standards Specify Artificial Intelligence (BI) extensibility
supported by the proposed application
95 Architecture standards Specify the Business Intelligence (BI) capability
Architecture standards The environments (Production, Test, Dev and UAT)
should have capability to deploy on cloud as well.
59
# Item Requirement
19 Availability Requirements
The system will follow a standard in terms of how
failover and redundancy of core systems is handled
within Kannur Airport
20 Availability Requirements
The system will effectively facilitate the seamless
failover of production access between the primary
and secondary site
21 Availability Requirements
The system will provide for a configuration that
optimally employs two physically separate sites; a
primary site and a secondary site
22 Availability Requirements The system will support remote access for
service/maintenance monitoring
23 Backup and restore Requirements
The system will facilitate recovery testing and
incident simulation to the non-production
environment
24 Backup and restore Requirements
The system will facilitate configurable backup
processes to be set up and tested without impacting
production, availability or performance
25 Backup and restore Requirements
The system will facilitate the following backups:
- multi level backups
- adhoc whole system to transaction backup of
group of transactions.
26 Backup and restore Requirements System to allow patches / Upgrades for the system
to be made available through vendor portal.
27 Backup and restore Requirements The system will perform full, differential and/ or
incremental Disk2Disk backup retention daily
28 Data storage Requirements
The system will be capable of generating and
storing sanitized copies of the production data for
use in the UAT and development environments
whilst maintaining controls that ensure the process
of creating the copies does not interfere, corrupt or
modify the production data
29 Data storage Requirements
The system will provide a database management
system that is query-able using industry standard
languages such as SQL and XMLA
30 Data storage Requirements System to provide functionality to allow database to
be compressed.
60
# Item Requirement
31 Fault Management Requirements
The system will support the automatic detection and
logging of all application failures, with supporting
diagnostic information transmitted.
32 Fault Management Requirements
The system will support automated application
failure recovery and data rebuild from central to
distributed environment.
33 Fault Management Requirements
The system will produce transaction-based error and
trace logs. The error logs are in a clear and concise
format, and in a form that facilitates the easy
removal of sensitive aspects of data.
34 Fault Management Requirements
The system is capable of producing notification of
various levels of error based on a defined
notification list.
35 General Data Management Requirements
The system will maintain the integrity of the data
irrespective of any changes to solution functionality
or data structures.
36 General Requirements
System will provide the ability to provide an open
architecture for user and system interfaces based on
current and industry-accepted standards, methods,
and protocols such as HTTP, XML, SOAP, FTP,
etc.
37 General Requirements
The system will provide the ability to integrate with
standard Microsoft Office products, including MS
Word, MS Excel, MS Access and MS Outlook.
38 Generic Interface Requirements
System to ensure that secure integration policies are
adhered to when integration occurs between internal
and/or external systems and the ERP solution
ERP system should be able to interface with AODB,
Document Management system, E-retail POS,
Enterprise Integration and messaging systems.
System should have the ability to integrate using
API / Webservices with out of the box features.
39 Internal Interface Requirements
The system will facilitate data transfers to and from
the system via the Kannur Airport network to take
place via SFTP or SSH File Transfer Protocol for
file access, file transfer, and file management
functionality over any reliable data stream
61
# Item Requirement
40 Network and data security Requirements The system will ensure that encryption does not
prohibit the Solution performance requirements
41 Network and data security Requirements
The system will have the ability to check on web-
based access in order to verify user session and
authentication status, (e.g. session state session ID)
or some type of verification of user connections into
and within the application
42 Network and data security Requirements
The system will address all known security
vulnerabilities arising from the application level
protocols used by the Solution and ensure that they
are effectively mitigated
43 Network and data security Requirements The system will protect database files from access
that bypasses the database's normal access controls.
44 Network and data security Requirements
The system must ensure that it employs strong
methods for data communication security (i.e.
TLS/SSL and Share File Staging through secured
environments)
45 Report Requirements (non-functional)
The system should be able schedule management
reports (as opposed to transactional artefacts /
reports – i.e. an invoice, statement) to be run based
on current resource availabilities. If two reports are
currently being requested, they will be scheduled to
run one after the other to ensure resource
optimization.
46 Report Requirements (non-functional)
System to provide the ability to generate data sets
using appropriate open standards (i.e. text, excel,
CSV, MS-Word, XML etc.) with adequate security.
47 Solution Capacity Requirements The system will support at least 200 users
concurrently
48 Solution Capacity Requirements The system will be able to flexibly accommodate
multiple database updates per second.
49 Solution Capacity Requirements
The combined application and Infrastructure
architecture and configuration can flexibly
accommodate up to 1000 user generated database
updates per second.
62
# Item Requirement
50 Structured Data Management Requirements
The system will provide for a customizable data
dictionary that defines the names and definitions of
business data elements.
51 Structured Data Management Requirements
The system will maintain the integrity of data
regardless of the number of users concurrently
updating the database.
52 Structured Data Management Requirements
Subject to necessary Infrastructure, the system is to
be able to recover from transaction failures with the
data remaining in a consistent state and no loss of
committed data.
53 Structured Data Management Requirements
The system will have the ability to prevent update or
deletion of certain records based on business rules
or status flags.
54 System Management Requirements
The system event logs can be maintained such that:
- they are protected from modification and
unauthorized access;
- they can be archived and retained for future
access; and
- they are protected from whole or partial loss
within the defined retention period.
55 System Management Requirements
The system will have the ability to manage and
control the overall runtime environment. At a
minimum, this will include:
- the ability to start and stop individual components;
and
- the ability to schedule starting and stopping of
individual components.
56 System Management Requirements
The system will allow a system administrator to
monitor and control system usage (e.g... the system
administrator is to be able to disable a user session
that is overloading the system).
57 System Performance Requirements
The system will be configured in such that when
running complex reports, control of processing is
returned to the user and processing is completed in
the background, as well as providing an estimated
completion time, and visible indication of progress.
58 System Performance Requirements The menu navigation will take less than 1 second to
complete
59 System Performance Requirements The screen-opening will take less than 3 seconds to
complete
63
# Item Requirement
60 System Performance Requirements The field navigation will take less than 1 second to
complete
61 System Performance Requirements The transaction commit will take less than 10
seconds to complete
62 System Performance Requirements Query retrieval will take less than 3 seconds to
complete
63 System Performance Requirements Online report generation will take between 5 and 60
seconds to complete
64 System Performance Requirements Reports that are run in the background should not
take more than 20 minutes.
65 System Performance Requirements
The system will not exceed:
- 75% of CPU capacity
- 75% of RAM utilization
- 75% of database capacity
66 Unstructured Data Management
Requirements
The system will have the ability to store
unstructured data (e.g... MS Office and PDF
documents) and link them to relational database
records.
67 Unstructured Data Management
Requirements
The system will have the ability to archive and
restore unstructured data.
68 Usability Requirements
— The system exhibits the controls to ensure all
graphical user interfaces have a consistent look
and feel, menu layout, functional behavior and
navigation styles.
— Navigation crumb trails will show users where
they are within the application.
— The various locations in the path will be
clickable, allowing users to navigate to any
location in the path.
69 Usability Requirements The UI should adapt to differing screen sizes, e.g.
phone / tablet screens etc.
70 Usability Requirements
The system will facilitate the ability to perform
keyword and text searches across on-line end-user
documentation.
71 Usability Requirements Users can enter and submit a simple search query,
easily accessible from any screens.
72 Usability Requirements
The system will provide user help menu’s and on-
screen context sensitive help, wherever possible i.e.
When users click the help menu item or press the
“F1” key while within a view, the help facility
opens and displays help for that specific view.
The help menu will contain a glossary of terms.
64
# Item Requirement
73 Usability Requirements
The system will provide standard keyboard
alternatives for all actions that can be performed by
any point and mouse-click action
74 Usability Requirements
The system will provide hover help tooltips with the
configurable option to switch them on/off edit:
When users place the cursor over a user interface
object such as field or button, a tooltip appears
explaining the purpose of that object and offers brief
help in how to use it
75 Usability Requirements The system will progressively save data in a
temporary location until the data set is committed
76 Usability Requirements
The UI that is used will be flexible enough to
facilitate the display, navigation and update of very
large grid like data sets, including the ability to
‘freeze panes’ so that headings and data groupings
remain visible when moving around the screen
77 Usability Requirements
The system will provide a real time alert mechanism
on erroneous input and/or calculations. Warning /
error messages must be in plain English and not
technical in nature.
78 Usability Requirements
The system will provide defined field formatting /
mandatory fields to ensure that users make fewer
mistakes when capturing information.
79 Usability Requirements
The system will provide on screen feedback
proposed by the vendor during waiting periods. The
system will make use of a progress bars with a
percentage and or time metric to indicate the
progress on a transaction.
80 Usability Requirements
System to allow scalability in terms of languages
offered on the UI, allowing additional languages to
be added in the future as and when the requirement
arises.
81 Usability Requirements
The solution (wherever capability exists without
modification of the source code) should support
HTML format.
82 Usability Requirements
System to perform validation on data that is entered
into the system at field and form level. This will
ensure that at a minimum all mandatory fields
within system are entered by user in the correct
format.
83 Usability Requirements
System to limit free text entry where possible to
limit potential data errors. Preference should be
given to selectable fields.
65
# Item Requirement
84 Usability Requirements
System to provide functionality that allows data
fields to be pre-populated from the existing
information within the form or within the workflow.
85 User Interface Requirements
The system will at least support the following
browsers:
- Internet Explorer v9
- Google Chrome v35
- Firefox v30
86 User Interface Requirements
The system will employ a file export/upload
capability that can be accessed via the user’s
interfaces identified in the requirements described
above
87 User Interface Requirements
All error messages generated by the Solution and
presented to an end-user will be meaningful,
actionable and in 'plain English'
88 Infrastructure Requirements
Specify the typical / preferred server environments
design i.e. Production, Development, Test
environments etc.
89 Infrastructure Requirements Specify the typical middleware requirements as part
of the solution implementation.
90 Infrastructure Requirements Specify the minimum database requirements,
including sizing.
91 Infrastructure Requirements Specify the operating system requirements as per
your preferred solution architecture.
92 Infrastructure Requirements Specify the development software typically required
in order to develop customizations.
93 Infrastructure Requirements Specify the hardware sizing required to support the
solution implementation and operations.
Interoperability
- Ability to migrate into/out of the cloud to
Cloud/On-premise
- Ability to integrate into on-premise IT
- Portability between providers
a. Service portability
b. Data portability
106 Mobile Compatibility
- The system must come with a mobile
application accessible on mobile devices
(phones, tablets)
107 Mobile Compatibility
- The system must be able to provide KPI
dashboards with analytics via mobile
device.
66
Annexure1: Compliance Statement
Tender Cost& EMD Submission:
(This Compliance statement duly filled, along with the scanned copies of the documents to be submitted
in Cover-1: Fee)
AUTHORIZED SIGNATURE :
NAME OF THE SIGNATORY :
NAME & ADDRESS OF THE TENDERER :
OFFICIAL SEAL & Date :
# Documents “YES “for Complied
“NO” for not Complied
01 Online submission of Tender Cost / Fee:
INR50,000/- (Rupees Fifty Thousand Only) + 18% GST
02
Online submission of EMD (Earnest Money Deposit) / Security
Deposit:
INR 1,00,00,000/- (Rupees One Crore Only)
67
Annexure 2: Unconditional Acceptance Letter
ACCEPTANCE LETTER
The Managing Director,
Kannur International Airport,
Mattannur,
Kannur - 670702.
ACCEPTANCE OF TERMS AND CONDITIONS OF TENDER
Name of work: Selection of Agency for Procurement, Design, Development, Testing,
Implementation, Integration and Operation & Maintenance of Enterprise Software for
Kannur International Airport Limited.
Tender no: KIAL/IT/RFP/01/2019
Dear Sir,
1. The tender documents for the works mentioned above have been sold to me/us by Kannur
International Airport Ltd and I/we hereby certify that I/we have inspected the site and read the
entire terms and conditions of the tender documents made available in the website
https://www.kannurairport.aero/tender, which shall form part of the contract agreement and I/We
shall abide by the conditions/clauses contained therein.
2. I/We hereby unconditionally accepts the general tender conditions of KANNUR
INTERNATIONAL AIRPORT LIMITED’s tender documents in its entirety for the above works
and in case we have put forth any conditions same may be treated as withdrawn.
3. I/we hereby accepts that all the technical specifications as brought out in the tender are
acceptable and where ever, it is not meeting the listed technical specifications in the RFP, a
deviation has been indicated in the Technical Specification Compliance Sheet (Annexure 3),
without affecting the intended purpose or the overall software functionality. I/We hereby fully
understand and accept, that if such deviation is not acceptable to KANNUR AIRPORT, the tender
submitted by us is liable to be rejected, without any further notice/clarification.
4. That, I/We declare that I/We have not paid and will not pay any bribe to any officer of
KANNUR INTERNATIONAL AIRPORT LIMITED for awarding this contract at any stage during
its execution or at the time of payment of bills, and further if any officer of KANNUR
INTERNATIONAL AIRPORT LIMITED asks for bribe/gratification, I will immediately report it
to the Appropriate Authority in KANNUR INTERNATIONAL AIRPORT LIMITED’.
5. The required earnest money as specified in for this work has also been submitted and is attached
herewith.
68
Yours faithfully,
AUTHORIZED SIGNATURE
NAME OF THE SIGNATORY :
NAME & ADDRESS OF THE TENDERER :
OFFICIAL SEAL & DATE :
69
Annexure 3: Technical Bid Qualification Compliance Statement
#
Critical Functional
Requirements of Kannur
Airport
Requirement met by
Deviation Standard
ERP Product
Third
Party
tool
Requires
Development
1.
<Individual line item wise
compliance for the requirements
listed in Sections 6 and 7 of the
main RFP shall be provisioned by
Contractor>
70
Annexure4: Proposal Covering Letter in response to RFP Notice
(To be submitted on the Letterhead of the bidder)
{Place} {Date}
To,
The Managing Director,
Kannur International Airport,
Mattannur,
Kannur - 670702.
Ref: RFP Notification no: KIAL/IT/RFP/1/2019
Subject: Submission of proposal in response to the RFP for “Selection of Agency for Procurement,
Design, Development, Testing, Implementation and Operation & Maintenance of Enterprise Software
for Kannur International Airport Limited.
Dear Sir,
1. Having examined the RFP document, I/we, the undersigned, herewith submit our proposal in
response to your RFP Notification no KIAL/IT/RFP/1/2019 for “Selection of Agency for
Procurement, Design, Development, Testing, Implementation and Operation & Maintenance of
an Enterprise Software for Kannur International Airport Limited.” in full conformity with the said
RFP document.
2. I/We have read the provisions of the RFP document and confirm that these are acceptable to us.
I/We further declare that additional conditions, variations, deviations, if any, found in our
proposal shall not be given effect to.
3. I/We agree to abide by this proposal, consisting of this letter, the detailed response to the RFP and
all attachments, for a period of 120 days from the date of opening of financial proposals.
4. I/We hereby declare that I/we am/are not involved in any major litigation that may have an impact
of affecting or compromising the delivery of services as required under this assignment and I/we
am/are not under a declaration of ineligibility for corrupt or fraudulent practices.
5. I/We hereby declare that there is no conflict of interest in the services that we will be providing
under the terms and conditions of this RFP.
6. I/We hereby declare that all the information and statements made in this proposal are true and
accept that any misrepresentation contained in it may lead to my/our disqualification.
7. I/We understand you are not bound to shortlist / accept any or all proposal you receive.
8. I/We hereby declare that information provided by me/us in respect of the eligibility criteria
mentioned at clause 2.20.2 is correct as per our record.
71
Our correspondence details with regards to this proposal are:
# Information Details
1 Name of responding firm:
2 Address of responding firm:
3
Name, Designation and Address of the
contact person to whom all references
shall be made regarding this RFP:
4 Telephone no. of contact person:
5 Mobile no. of contact person:
6 Fax no. of contact person:
7 E-mail address of contact person:
I/We am/are enclosing details of my/our company in the format as given in Form 2.
I/We hereby declare that our proposal submitted in response to this RFP is made in good faith and
the information contained is true and correct to the best of my/our knowledge and belief.
Sincerely, [FIRM’S NAME]
Name
Title
Signature
Date
Stamp of the Signatory
72
Annexure 5: Power of Attorney
POWER OF ATTORNEY FOR SIGNING OF TENDER DOCUMENTS
(Duly Filled, scanned copy to be submitted in Cover - I: Technical Bid)
Know all men by these presents, We ____________________________________________ (name of the
Principal/firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint
and authorize Mr./ Ms. (name), _______________________________________ son/daughter/wife of
_____________________________________________________ and presently residing at
____________________________, who is presently employed with us holding the position of
__________________________________________________, as our true and lawful attorney
(hereinafter referred to as the "Attorney") to do in our name and on our behalf, all such acts, deeds and
things as are necessary or required in connection with or incidental to submission of our bid for “:
Selection of Agency for Procurement, Design, Development, Testing, Implementation, Integration and
Operation & Maintenance of Enterprise Software” for Kannur International Airport, Kerala, India under
the Kannur International Airport Limited (the "Authority") including but not limited to signing and
submission of all applications, bids and other documents and writings, participate in Pre-Applications and
other conferences and providing information/ responses to the Authority, representing us in all matters
before the Authority, signing and execution of all contracts, and generally dealing with the Authority in
all matters in connection with or relating to or arising out of our bid for the said Project and/ or upon
award thereof to us and/or till the entering into of the Agreement with the Authority and we hereby agree
to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done
by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and
that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall
and shall always be deemed to have been done by us.
IN WITNESS WHEREOF WE, _____________________________________________________, THE
ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS
__________________________________DAY OF _________________ 20…
For____________________________ (Signature, name, designation and address) \
Witnesses: 1.
2.
(Notarized)Accepted
___________________________ (Signature)
(Name, Title and Address of the Attorney)
73
Annexure 6: Undertaking for not been Blacklisted
UNDERTAKING FOR NOT BEEN BLACKLISTED
(Duly filled in the letter head of the tenderer, scanned copy to be submitted in Cover-1)
We do hereby undertake that our firm or its partners or Directors have not been blacklisted or any case is
pending or any complaint regarding irregularities is pending, in India or abroad, by any Global
International body like World Bank/International Monetary Fund/World Health Organization etc. or any
Indian State/Central Governments Departments or Public Sector undertaking of India
Date: Signature of tenderer with seal
74
Annexure 7: Affidavit
AFFIDAVIT
(To be submitted on non-judicial stamp paper (Rs.500/-),
(To be submitted in Cover-1: Technical Bid)
1. The undersigned do hereby certify that all the statements made in the attachments are true and correct.
2. The undersigned hereby authorizes and requests any Bank person, Firm or Corporation to furnish
pertinent information deemed necessary and requested by Kannur International Airport Limited.
3. The undersigned understands and agrees that further qualifying information may be requested and
agrees to furnish any such information at the request of Kannur International Airport Limited.
4. The undersigned also hereby certifies that neither our firms/companies have abandoned any work in
India, nor any contract awarded to us for such work has been rescinded in the past five years.
5. The undersigned also hereby authorizes Kannur International Airport Limited and their authorized
representative to conduct any enquiries or investigation to verify the statements, documents and
information submitted in connection with this application, and to seek clarification from our bankers
and clients regarding any financial and technical capability. This will also serve as authorization to
Kannur International Airport Limited representative to contact in person or otherwise, any individual
or authorized representative of any institution referred to in the supporting information and obtain
such information as may be required by him to verify statements and information provided in this
application, or with regard to the resources, experience and competence of the Applicant.
6. The undersigned understands that furnishing of false information could result in disqualification.
(Signed by Authorized signatory of the bidder)
…………………………..
……………………………
Title of Officer
Name of bidder
……………………………………….
Date ……………………………….
Encl: Requisite Power of Attorney
75
Annexure 8: SLA Computation
Modules Categorization *
Severity 1
(HIGHLY CRITICAL) N/A
Severity 2
(CRITICAL) Maintenance management, Workflow and dashboards
Severity 3
(OTHERS) Remaining ERP modules
Contractor shall recommend the recommendation on the categorization of the modules based on best
practices
SLA Highly Critical Critical Others
Response Time 30 minutes (On Call) 1 business hour 2 business hours Resolution/Workaround 4 clock hours 8 business hours 24 business hours
The purpose of this SLA is to clearly define the levels of service to be provided by the Contractor for the
duration of this contract or until this SLA has been amended. Key principles driving this SLA are:
a) SLA is between the Contractor and Kannur Airport.
b) Make explicit the performance related expectations from the Contractor.
c) Trigger a process that facilitates Kannur Airport and the Contractor’s management attention to in
the event the performance drops below the set expectations.
Severity Level Severity Level definition
Severity 1
(Highly Critical)
A critical function is not available or very seriously impaired:
The impact on business is severe; a large number of end users are unable to
perform their normal work; and/or no readily available alternative exists.
Severity 2
(Critical)
A critical service is seriously impacted by a problem:
There is no realistic workaround available and financial, customer-related, or
safety related impacts could occur.
Severity 3
(Others)
A non-critical service is unavailable or impaired by a problem:
There is no direct immediate impact on business. Work can continue with
minor disruptions or loss of Efficiency. Alternative ways of performing
normal work are available.
76
Annexure 9: Non-Disclosure Agreement
This Non-Disclosure Agreement ("Non-Disc") is made and entered into day of
month year (effective date) by and between
Kannur International Airport Limited ("Kannur Airport") and ("Company").
Whereas, Kannur Airport and Company have entered into an Agreement ("Agreement")
Effective for ………………; and
Whereas, each party desires to disclose to the other party certain information in oral or written form which
is proprietary and confidential to the disclosing party, ("CONFIDENTIAL INFORMATION").
NOW, THEREFORE, in consideration of the foregoing and the covenants and agreements contained
herein, the parties agree as follows:
1 Definition
As used herein:
a. The term “Confidential Information” shall include, without limitation, all information and
materials, furnished by either Party to the other in connection with citizen/users/persons/customers
data, products and/or services, including information transmitted in writing, orally, visually, (e.g.
video terminal display) or on magnetic or optical media, and including all proprietary information,
customer & prospect lists, trade secrets, trade names or proposed trade names, methods and
procedures of operation, commercial or marketing plans, licensed document know-how, ideas,
concepts, designs, drawings, flow charts, diagrams, quality manuals, checklists, guidelines,
processes, formulae, source code materials, specifications, programs, software packages, codes
and other intellectual property relating to the disclosing party’s data, computer database, products
and/or services. Results of any tests, sample surveys, analytics, data mining exercises or usages
etc. carried out by the receiving party in connection with the Airport’s Information including
citizen/users/persons/customers personal or sensitive personal information as defined under any
law for the time being in force shall also be considered Confidential Information.
b. The term, “Airport” shall include the officers, employees, agents, consultants, contractors and
representatives of Kannur Airport.
c. The term, “Company” shall include the directors, officers, employees, agents, consultants,
contractors and representatives of Company, including its applicable affiliates and subsidiary
companies.
2 Protection of confidential information
With respect to any Confidential Information disclosed to it or to which it has access, Company affirms
that it shall:
a. Use the Confidential Information as necessary only in connection with Project and in accordance
with the terms and conditions contained herein;
b. Maintain the Confidential Information in strict confidence and take all reasonable steps to enforce
77
the confidentiality obligations imposed hereunder, but in no event take less care with the
Confidential Information that the parties take to protect the confidentiality of its own proprietary
and confidential information and that of Kannur Airport;
c. Not to make or retain copy of any commercial or marketing plans,
citizen/users/persons/customers database, Proposals developed by or originating from Kannur
Airport or any of the prospective clients of Kannur Airport except as necessary, under prior
written intimation from Kannur Airport, in connection with the Project, and ensure that any such
copy is immediately returned to Kannur Airport even without express demand from Kannur
Airport to do so;
d. Not disclose or in any way assist or permit the disclosure of any Confidential Information to any
other person or entity without the express written consent of the other party; and
e. Return to the other party, or destroy, at Kannur Airport’s discretion, any and all Confidential
Information disclosed in a printed form or other permanent record, or in any other tangible form
(including without limitation, all copies, notes, extracts, analyses, studies, summaries, records
and reproductions thereof) immediately upon the earlier to occur of (i) expiration or termination
of either party’s engagement in the Project, or (ii) the request of the other party therefore.
f. Not to discuss with any member of public, media, press, any or any other person about the nature
of arrangement entered between Kannur Airport and Company or the nature of services to be
provided by the Company to the Kannur Airport.
3 Onus
Company shall have the burden of proving that any disclosure or use inconsistent with the terms and
conditions hereof falls within any of the foregoing exceptions.
4 Exceptions
These restrictions as enumerated in section 1 of this Agreement shall not apply to any
Confidential Information:
a. Which is independently developed by Company or lawfully received from another source free of
restriction and without breach of this Agreement; or
b. After it has become generally available to the public without breach of this Agreement by
Company; or
c. Which at the time of disclosure to Company was known to such party free of restriction and
evidenced by documentation in such party’s possession; or
d. Which Kannur Airport agrees in writing is free of such restrictions.
e. Which is received from a third party not subject to the obligation of confidentiality with respect
to such Information.
5 Remedies
Company acknowledges that (a) any actual or threatened disclosure or use of the Confidential Information
by Company would be a breach of this agreement and may cause immediate and irreparable harm to
Kannur Airport; (b) Company affirms that damages from such disclosure or use by it may be impossible
to measure accurately; and (c) injury sustained by Kannur Airport may be impossible to calculate and
remedy fully. Therefore, Company acknowledges that in the event of such a breach, Kannur Airport shall
78
be entitled to specific performance by Company of Company’s obligations contained in this Agreement.
In addition, Company shall indemnify Kannur Airport of the actual and liquidated damages which may
be demanded by Kannur Airport. Moreover, Kannur Airport shall be entitled to recover all costs
(including reasonable attorneys’ fees) which it or they may incur in connection with defending its interests
and enforcement of legal rights arising due to a breach of this agreement by Company.
6 Need to Know
Company shall restrict disclosure of such Confidential Information to its employees and/or consultants
with a need to know (and advise such employees of the obligations assumed herein), shall use the
Confidential Information only for the purposes set forth in the Agreement, and shall not disclose such
Confidential Information to any affiliates, subsidiaries, associates and/or third party without prior written
approval of the disclosing party.
7 Intellectual Property Rights Protection
No license to a party, under any trademark, patent, copyright, design right, mask work protection right, or
any other intellectual property right is either granted or implied by the conveying of Confidential
Information to such party.
8 No Conflict
The parties represent and warrant that the performance of its obligations hereunder do not and shall not
conflict with any other agreement or obligation of the respective parties to which they are a party or by
which the respective parties are bound.
9 Authority
The parties represent and warrant that they have all necessary authority and power to enter into this
Agreement and perform their obligations hereunder.
10 Dispute Resolution
If any difference or dispute arises between the Kannur Airport and the Company in connection with the
validity, interpretation, implementation or alleged breach of any provision of this Agreement, any such
dispute shall be referred to the Managing Director, Kannur Airport. If either Party objects to any action
or inaction of the other Party, the objecting Party may file a written Notice of Dispute to the other Party
providing in detail the basis of the dispute. The Party receiving the Notice of Dispute will consider it and
respond in writing within fourteen (14) days after receipt. If that Party fails to respond within fourteen
(14) days, or the dispute cannot be amicably settled within fourteen (14) days following the response of
that Party, the dispute may be referred to by either Party to the Court of Law for which the jurisdiction of
the Court shall be at Thiruvananthapuram.
11 Governing Law
79
This Agreement shall be interpreted in accordance with and governed by the substantive and procedural
laws of India and the parties hereby consent to the exclusive jurisdiction of Courts and/or Forums situated
at Thiruvananthapuram, Kerala, India only.
12 Entire Agreement
This Agreement constitutes the entire understanding and agreement of the parties, and supersedes all
previous or contemporaneous agreement or communications, both oral and written, representations and
under standings among the parties with respect to the subject matter hereof.
13 Amendments
No amendment, modification and/or discharge of this Agreement shall be valid or binding on the parties
unless made in writing and signed on behalf of each of the parties by their respective duly authorized
officers or representatives.
14 Binding Agreement
This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective
successors and permitted assigns.
15 Severability
It is the intent of the parties that in case any one or more of the provisions contained in this Agreement
shall be held to be invalid or unenforceable in any respect, such provision shall be modified to the extent
necessary to render it, as modified, valid and enforceable under applicable laws, and such invalidity or
unenforceability shall not affect the other provisions of this Agreement.
16 Waiver
If either party should waive any breach of any provision of this Agreement, it shall not thereby be deemed
to have waived any preceding or succeeding breach of the same or any other provision hereof.
17 Survival
Both parties agree that alltheir obligations undertaken herein with respect to Confidential Information
received pursuant to this Agreement shall survive till perpetuity even after any expiration or termination
of this Agreement.
18 Non-solicitation
During the term of this Agreement and thereafter for a further period of two (2) years Company shall not
solicit or attempt to solicit Kannur Airport’s employees and/or consultants, for the purpose of
80
hiring/contract or to proceed to conduct operations/business similar to Airport with any employee and/or
consultant of the Airport who has knowledge of the Confidential Information, without the prior written
consent of Kannur Airport. This section will survive irrespective of the fact whether there exists a
commercial relationship between Company and Kannur Airport.
19 Term
Subject to aforesaid section 17, this Agreement shall remain valid up to 48 (Forty-Eight) months from the
“effective date”.
IN WITNESS HEREOF, and intending to be legally bound, the parties have executed
this Agreement to make it effective from the date and year first written above.
For Kannur Airport, For Company
Name: Name:
Title: Title:
WITNESSES: WITNESSES:
1. 1.
2. 2.
81
Annexure 10: Network Schematic Diagram
A) Schematic Network Layout (Main Network)
B) Schematic Network Layout (CCTV)
Figure 2: Schematic Network Layout (CCTV)
Figure 1: Schematic Network Layout (Main Network)
82
Annexure 11: Guidelines for Technical Proposal
Technical Proposal should comprise of the following:
1. A covering letter, on the bidding organization's letterhead with all required information and authorized
representative's initials shall be submitted along with the technical proposal. Do not, otherwise, edit
the content of the proposal cover letter.
2. The technical proposal must not contain any pricing information. In submitting additional
information, please mark it as supplemental to the required response.
3. The technical proposal should contain a detailed description of how the bidder will provide the
required services of ERP outlined in this RFP. It should articulate in detail, as to how the bidder's
Technical Solution meets the requirements specified in the RFP.
4. Proposals must be direct, concise, and complete. All information not directly relevant to this RFP
should be omitted. Kannur International Airport Limited will evaluate bidder's proposal based upon
its clarity and the directness of its response to the requirements of the project as outlined in this RFP.
5. The bidder is expected to provide deliverables for the proposed solution as part of technical proposal
without price quote. The deliverables as given in the technical solution should be in consonance with
the financial proposal. Any deviations in the final deliverables between technical and financial
proposals shall make the proposal as being unresponsive and may lead to disqualification of the
proposal. Kannur International Airport Limited reserves the right to take appropriate action in this
regard.
6. The bidder must address the following in their project implementation strategy:
a. A detailed Project schedule along with a milestone chart.
b. Approach and Methodology of design, development and management of the ERP System
c. Project Management tools proposed to be used for project.
d. Bidder's plan to address the key challenges of the project.
7. The technical proposal should address the following minimum requirements:
a. The proposal should have information specific to Kannur International Airport Limited’s
System
b. Describe how the functional requirements will be translated into technical
implementations, that is, it should map with the Functional Requirements Specifications.
c. Propose how availability and performance for the system will be measured and maintained.
d. Project Management Plan including:
i. Team composition and Tasks assigned
ii. Implementation Methodology and Plan to include
• Key implementation objectives, key deliverables and an implementation
schedule for the same
83
• Roll-out Plan
• Indication of Time Frame
• Acceptance Testing Plan
• Escalation Process during implementation
iii. Hosting Plan
iv. Quality and Security Assurance Plan
v. Training Plan
vi. Hand holding, Operation and Maintenance Plan
vii. Licensing details of software
viii. Responsibility Matrix
ix. Post Implementation Plan
• Proposed Operation & Maintenance Plan for the O&M Period.
• Resource deployment plan during the O&M Period
• Issue escalation matrix plan.
• Exit Plan
8. The bidder should also include an indicative proposal for hardware/network requirements, that needs
to be procured by Kannur Airport for project implementation.
84
Annexure12: Guidelines for Financial Proposal
1. Unless expressly indicated, bidder shall not include any technical information regarding the services
in the financial proposal.
2. Prices shall be quoted entirely in Indian Rupees.
3. No adjustment of the contract price shall be made on account of any variations in costs of labor and
materials or any other cost component affecting the total cost in fulfilling the obligations under the
contract. The contract price shall be the only payment payable to the bidder for completion of the
contractual obligations by the Bidder under the Contract, subject to the terms of payment specified in
the contract. The price quoted would be exclusive of GST. Prices quoted shall be inclusive of supply
at site, installation and commissioning. No extra payment on any account shall be admissible.
4. The prices, once offered, must remain fixed and must not be subject to escalation for any reason
whatsoever within the period of project. A proposal submitted with an adjustable price quotation or
conditional proposal may be rejected as non-responsive.
85
Form1: Financial Proposal Submission Form
(To be submitted on the Letterhead of the bidder)
[Location, Date]
To,
The Managing Director,
Kannur International Airport,
Mattannur,
Kannur - 670702
Ref: RFP Notification no KIAL/IT/RFP/1/2019
Subject: Submission of Financial proposal in response to the RFP for “Selection of Agency for
Procurement, Design, Development, Testing, Implementation and Operation & Maintenance of an
Enterprise software for Kannur International Airport Limited.”
Dear Sir,
I/We, the undersigned, offer to provide the services for “Procurement, Design, Development, Testing,
Implementation and Operation & Maintenance of an Enterprise Software for Kannur International
Airport Limited.” in accordance with your Request for Proposal dated [Insert Date] and our Technical
Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures].
We are aware that any conditional financial offer will be outright rejected by Kannur International
Airport Limited. This amount is exclusive of taxes as listed at Form 5 (Consolidated Cost Summary)
attached.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract
negotiations, up to expiration of the validity period of the Proposal i.e. 120 days from the date of
opening of financial bid.
We are aware that Kannur International Airport Limited reserves the right to accept or reject any or
all bids without assigning any reasons thereof.
I/We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Stamp of the Signatory:
86
Form 2: Details of responding firm [In support of 2.20.2]
Sr. No. Particulars Details to be Furnished
1 Details of Responding Firm
Name
Address
Telephone Fax
Email Website
2 Information about Responding Firm
Status of Firm/ Company (Public Ltd., Pvt. Ltd., etc.)
Details of Registration (Ref e.g., ROC Ref #) Date
Ref #
Number of professionals (on the rolls of the firm) providing managed services (excluding temporary
staff)
Locations and addresses of offices (in India and overseas)
Certificates (Please attach copy) as required in the Eligibility and Technical Evaluation Criteria
87
Form 3: Format of Performance Bank Guarantee ( See clause 2.21 )
ANNEXURE d
Format
In consideration of Kannur International Airport Limited, having its office at Kara-Peravoor
Road, Mattannur, Kannur, Kerala, India (hereinafter referred to as the "Kannur Airport", which
expression shall unless it be repugnant to the subject or context thereof include its, successors and
assigns) having agreed to receive the Bid of _________ {●} and having its registered office at ______
(hereinafter referred to as the "Bidder" which expression shall unless it be repugnant to the subject or
context thereof include its/their executors administrators, successors and assigns), Selection of Agency
for Procurement, Design, Development, Testing, Implementation and Operation & Maintenance of an
Enterprise software for0 ..................................................Kannur Airport in Mattanur, Kannur,
Kerala (hereinafter referred to as the "Services") pursuant to the RfP Document dated
................................. issued in respect of the Services and other related documents (hereinafter
collectively referred to as "Bidding Documents"), we [Name of the Bank] having our registered office
at _____ and one of its branches at ________ (hereinafter referred to as the "Bank"), at the request of
the Bidder, do irrevocably, unconditionally and without reservation guarantee the due and faithful
fulfilment and compliance of the terms and conditions of the Bidding Documents (including the RfP)
by the said Bidder and unconditionally and irrevocably undertake to pay forthwith to Kannur Airport
an amount of [INR ..................... as performance Security (hereinafter referred to as the "
Performance Security") as our primary obligation without any demur, reservation, recourse, contest
or protest and without reference to the Bidder if the Bidder shall fail to fulfil or comply with all or any
of the terms and conditions contained in the said Bidding Documents.
1. Any such written demand made by Kannur Airport stating that the Bidder is in default of the due
and faithful fulfilment and compliance with the terms and conditions contained in the Bidding
Documents shall be final, conclusive and binding on the Bank.
a) We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable
under this Guarantee without any demur, reservation, recourse, contest or protest and without
any reference to the Bidder or any other person and irrespective of whether the claim of
Kannur Airport is disputed by the Bidder or not merely on the first demand from Kannur
Airport stating that the amount claimed is due to Kannur Airport by reason of failure of the
Bidder to fulfil and comply with the terms and conditions contained in the Bidding
Documents including failure of the said Bidder to keep its Bid open during the Bid validity
period as set forth in the said Bidding Documents for any reason whatsoever. Any such
demand made on the Bank shall be conclusive as regards amount due and payable by the
Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to
an amount not exceeding [amount].
b) This Guarantee shall be irrevocable and remain in full force for a period of
.......................inclusive of a claim period of 60 (sixty) days or for such extended period as
may be mutually agreed between Kannur Airport and the Bidder, and agreed to by the Bank,
and shall continue to be enforceable till all amounts under this Guarantee have been paid.
c) We, the Bank, further agree that Kannur Airport shall be the sole judge to decide as to
88
whether the Bidder is in default of due and faithful fulfilment and compliance with the terms
and conditions contained in the Bidding Documents including, inter alia, the failure of the
Bidder to keep its Bid open during the Bid validity period set forth in the said Bidding
Documents, and the decision of Kannur Airport that the Bidder is in default as aforesaid shall
be final and binding on us, notwithstanding any differences between Kannur Airport and the
Bidder or any dispute pending before any court, tribunal, arbitrator or any other Kannur
Airport.
d) The Guarantee shall not be affected by any change in the constitution or winding up of the
Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank
with any other person.
e) In order to give full effect to this Guarantee, Kannur Airport shall be entitled to treat the
Bank as the principal debtor. Kannur Airport shall have the fullest liberty without affecting
in any way the liability of the Bank under this Guarantee from time to time to vary any of
the terms and conditions contained in the said Bidding Documents or to extend time for
submission of the Bids or the Bid validity period or the period for conveying acceptance of
Letter of Award by the Bidder or the period for fulfilment and compliance with all or any of
the terms and conditions contained in the said Bidding Documents by the said Bidder or to
postpone for any time and from time to time any of the powers exercisable by it against the
said Bidder and either to enforce or forbear from enforcing any of the terms and conditions
contained in the said Bidding Documents or the securities available to Kannur Airport, and
the Bank shall not be released from its liability under these presents by any exercise by
Kannur Airport of the liberty with reference to the matters aforesaid or by reason of time
being given to the said Bidder or any other forbearance, act or omission on the part of Kannur
Airport or any indulgence by Kannur Airport to the said Bidder or by any change in the
constitution of Kannur Airport or its absorption, merger or amalgamation with any other
person or any other matter or thing whatsoever which under the law relating to sureties would
but for this provision have the effect of releasing the Bank from its such liability.
f) Any notice by way of request, demand or otherwise shall be sufficiently given or made if
addressed to the Bank and sent by courier or by registered mail to the Bank at the address
set forth herein.
g) We undertake to make the payment on receipt of your notice of claim on us addressed to
[name of Bank along with branch address] and delivered at our above branch which shall be
deemed to have been duly authorised to receive the said notice of claim.
h) It shall not be necessary for Kannur Airport to proceed against the said Bidder before
proceeding against the Bank and the guarantee herein contained shall be enforceable against
the Bank, notwithstanding any other security which Kannur Airport may have obtained from
the said Bidder or any other person and which shall, at the time when proceedings are taken
against the Bank hereunder, be outstanding or unrealised.
i) We, the Bank, further undertake not to revoke this Guarantee during its currency except with
the previous express consent of Kannur Airport in writing.
j) The Bank declares that it has power to issue this Guarantee and discharge the obligations
contemplated herein, and the undersigned is duly authorised and has full power to execute
89
this Guarantee for and on behalf of the Bank.
Signed and Delivered by _______ Bank
By the hand of Mr./Ms. ___ _____, its ________ and authorised official.
(Signature of the Authorised Signatory)
(Official Seal)
90
Form 4: Details for Financial Proposal Consolidated Cost Summary
# Item Description Qty Units Rate in
figures
Total
Amount
without
Tax
Total
Amount in
words
1.0
Design, Development, Testing,
Implementation, Integration of an
Enterprise Software comprising
for Kannur International Airport
Limited with all the required
packages.
1.00 LS
2.0 Procurement of software and
licenses 1.00 LS
3.0
Operation and Maintenance of the
entire system for a period of 5
Years including the AMC for the
requisite licenses (240 User
licenses &10 Master User
licenses)
1.00 LS
3.01 1st year 1.00 LS
3.02 2nd Year 1.00 LS
3.03 3rd Year 1.00 LS
3.04 4th Year 1.00 LS
3.05 5th Year 1.00 LS
4.0
Man Hour Cost for additional
development against change
orders (For 1440 Hours)
1.00 LS
5.0 Cloud Hosting Charges 1.00 LS
6.0
Additional optional period of
Operation & maintenance
including AMC for the requisite
licenses
6.01 6th Year 1.00 LS
6.02 7th Year 1.00 LS
Note 1: Payment shall be made as per the clause Payment Terms and Schedule 2.22
Bidders are to quote without Taxes. However, the GST shall be paid at the prevailing rate at the time
of effecting payment.
Note 2: # 1.0 to 5.0 will be considered for financial bid evaluation.
Note 3: # 6.0 will be required for entering into a contract for O&M support after the expiry of 5 years
91
O&M contract stipulated in this RFP. However, quoted price for the 6th and the 7th year shall adhere
to the terms set in section 2.20.4 under Financial Bid Evaluation.
Note 4: Contractor shall not front load the cost with capital expenditure and shall propose the cost in
operational expenditure model paid on a quarterly basis over a period of 6 years for both the license,
implementation and maintenance costs. Cost payable shall be determined based on the actual users and
shall be fixed for every quarter.
Note 5: The license cost shall be based on the actual licenses utilized.
92
Form 5: Format of providing citations
# Item Guidelines Attachment
Ref. No for details
1 Name of the Project
2 Date of Work Order
3 Client Details Name: Contact person’s Name & No.
4 Scope of Work Provide Scope of Work: Highlight Key
Result Areas expected and achieved
5 Contract Value
Provide particulars on Contract value
assigned to each major phase and
milestone
6 Complete Project
Duration
Provide particulars on the total time taken
on completion of the project including
time details on various activities
93
Form 6: Team Member Profile
S.No. Item Details
1 Name
2 Specify role to be
played
3 Current Job Title
4 Experience in yrs. (Provide details regarding name of organizations worked for,
Designation, responsibilities, tenure etc.)
5 Name of Organization From To Designation/Responsib
ilities
6 Number of Years with
Current Organization
7 Current Job
Responsibilities
8 Skill Sets
9 Relevant Project Details
10 Project Name Project Duration
(Start to End date) Project Details and Role of Resource
11 Educational Background, Certification, %age of Marks
12
Degree including
stream/subject/Certificat
ion
Year of Award Institution/Uni
versity %age of Marks
94
Form 7: Resource Deployment Plan
The Bidder also needs to fill the below Resource Deployment which it plans to deploy during the
implementation phase of the project.
1. Implementation Phase:
Resource
Name Role
M
1
M
2
M
3
M
4
M
5
M
6
M
7
M
8
M
9
M
10
M
11
M
12
M
…
Project
Manager
F/P
Quality
Manager
Delivery
Manager
Functional
ERP Lead
Functional
Bespoke
Lead
Functional
ERP
Consultants
Functional
Bespoke
Consultants
Technical
Consultants
Others(Insert
separate line
items for
other roles
proposed)
Note:
• F – Full Time
• P – Part Time
95
2. Resource Deployment Plan during Support Phase
S.
No. Services
Resourc
e Level
(L1/L2/
L3)
Resource
Type
(Onsite
/Remote)
No. of
Resourc
es Year
1
No. of
Resourc
es Year
2
No. of
Resourc
es Year
3
No. of
Resourc
es Year
4
No. of
Resourc
es Year
5
1 Program
Manger
2 Helpdesk
3 Application
Management
4
Others(Insert
separate line
items for
other roles
proposed)
Note:
• Resource Deployment sheet shall be as per the support model proposed.
• The proposed model shall fulfil minimum requirements outlined in the RFP and as per the Service
Window
Bidder should ensure that support model should meet SLA requirements and Industry best practices