request for proposal (rfp) automated passenger...
TRANSCRIPT
Request for Proposal (RFP)
Automated Passenger Queue Measurement/Monitoring System for Queue management
At
Kempegowda International Airport, Bengaluru
Bangalore International Airport Limited
Administrative Block
Kempegowda International Airport, Bengaluru
Devenahalli
Bangalore – 560 300
RFP for Automated Passenger Queue Measurement/Monitoring System for Queue management at KIAB
Page 2
DISCLAIMER
1. This Request for Proposal (RFP) is issued by Bangalore International Airport Limited
("BIAL").
2. The information contained in this RFP document or subsequently provided to the
interested applicants ("Bidders"), whether verbally or in documentary or any other form
by or on behalf of BIAL or any of their employees or advisers, is provided to the Bidders
on the terms and conditions set out in this RFP and such other terms and conditions
subject to which such information is provided.
3. This RFP is neither an agreement nor an offer by BIAL to the prospective Bidders or any
other person. The purpose of this RFP is to provide interested parties with information
that may be useful to them in the formulation of their proposals pursuant to this RFP.
This RFP includes statements, which reflect various assumptions and assessments
arrived at by BIAL in relation to the scope of Services. Such assumptions, assessments
and statements do not purport to contain all the information that each Bidder may
require. This RFP may not be appropriate for all persons, and it is not possible for BIAL,
its employees or advisers to consider the objectives, technical expertise and particular
needs of each party who read or use this RFP. The assumptions, assessments,
statements and information contained in this RFP may not be complete, accurate,
adequate or correct. Each Bidder should, therefore, conduct its own investigations and
analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this RFP
and obtain independent advice from appropriate sources.
4. Information provided in this RFP to the Bidders is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. BIAL accepts no responsibility for the accuracy or
otherwise of any interpretation or opinion on the law expressed herein.
5. BIAL, its employees and advisers make no representation or warranty and shall have no
liability to any person including any Bidder under any law, statute, rules or regulations
or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account
of anything contained in this RFP or otherwise, including the accuracy, adequacy,
correctness, reliability or completeness of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or
arising in any way in this selection process.
6. This RFP, along with its Annexures, is not transferable. The RFP and the information
contained herein are to be used only by the person to whom it is issued. It may not be
RFP for Automated Passenger Queue Measurement/Monitoring System for Queue management at KIAB
Page 3
copied or distributed by the recipient to third parties (other than in confidence to the
recipient's professional advisors). In the event that the recipient does not continue with
its involvement in the project in accordance with this RFP, this RFP must be kept
confidential.
7. BIAL also accepts no liability of any nature, whether resulting from negligence or
otherwise, however caused arising from reliance of any Bidder upon the statements
contained in this RFP.
8. BIAL may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained in
this RFP.
9. The issue of this RFP does not imply that BIAL is bound to select a Bidder or to appoint
the selected Bidder, as the case may be, for the consultancy and BIAL reserves the right
to reject all or any of the Proposals without assigning any reasons whatsoever. This RFP
may be withdrawn or cancelled by BIAL at any time without assigning any reasons
thereof.
10. The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may
be required by BIAL or any other costs incurred in connection with or relating to its
Proposal. All such costs and expenses will remain with the Bidder and BIAL shall not be
liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by an Bidder in preparation for submission of the Proposal, regardless of the
conduct or outcome of the selection process.
4 | P a g e
1. GENERAL INFORMATION
INTRODUCTION TO BIAL
Bangalore International Airport Limited ("BIAL" or "Client") is owner and operator of the Kempegowda International Airport,
Bengaluru (“KIAB”), and a company registered under the Companies Act, 1956. KIAB is built and is being operated at the best
international standards. BIAL is committed to establishing KIAB as one of India’s leading airports, in terms of quality and
efficiency and set a benchmark for the future development of Indian airports and also services to its passengers. This Airport
is currently the third largest Airport in India. Further, more information about the Airport can be viewed at
www.bengaluruairport.com.
BIAL has entered into a Concession Agreement with the Government of India, whereby Government of India has granted the
exclusive right and privilege to BIAL to carry-out the development, design, financing, construction, operation and management
of the Airport for a period of thirty years from the Airport opening date, with an option for BIAL to extend the concession for
another thirty years.
KIAB has third highest domestic traffic in the country after Mumbai & New Delhi which makes it busiest Airport in South of
India. In 2014 (Apr’14 to Feb’15), KIAB served 14.03 million passengers, touching 122434 air traffic movements. Currently
Airport handles approximately 366 aircraft movements serving around 42027 passengers per day. 35 airlines operate at KIAB
and connect over 53 destinations across the country and world.
Domestic and International passenger traffic constitute 80% and 20% respectively of the total passenger traffic. The operations
commenced in expanded terminal in February 2014. Expansion has doubled the terminal space and increased Airport’s
passenger handling capacity from 11.6 MAP to 20 MAP. Expanded terminal is 150,500 m2 in size and has an additional 6 (26)
boarding gates, 33 (86) check-in counters and 2 (9) baggage reclaim belts. Combined Seating capacity of domestic &
international SHA is 5071 passengers (Including full seating capacity in lounge and 30% at F&B outlets).
5 | P a g e
2. INTENT OF THE RFP
BIAL is committed to operating the Airport as one of India's leading projects in terms of quality and efficiency and has set a
benchmark for the future commercial development of Indian Airports. The Airport has undergone a massive expansion phase,
hence necessitating for even higher operational efficiency.
Some of our objectives are cited below:
Increase operational efficiencies
Improve passenger experience
Improve resource optimization
Increase security effectiveness
Maximize retail revenues
To meet the above objectives, BIAL plans to capture the Passenger dwell time at the Airport. The Dwell time includes the
waiting time at different Queues and the Processing time for different processes in the Passenger flow through the Airport.
BIAL intends to implement an automated solution for Integrated Queue Measurement System for Passenger tracking and Queue
monitoring (herein referred to as the “System”) at the Kempegowda International Airport to be able to:
a) Measure the number of passengers
b) Measure Passenger dwell time in different zones
c) The Passenger waiting (queuing) times at various touch points
d) Measure The various processing times at various touch points
e) Any other parameters as mentioned during the site survey at KIAB
BIAL hereby solicits Proposals from suitably identified vendors (hereinafter referred to as the “Bidders”) meeting the
qualification criteria defined in this RFP and the terms and conditions contained in this RFP for providing the solution for
Integrated Queue Measurement System for passenger tracking and queue monitoring at KIAB.
The Proposals submitted by the Bidders shall comply with all the requirements stated in this RFP (“Proposal”). Based on final
evaluation, of the Proposals received, the successful Bidder (hereinafter referred to as the “Contractor”) will be selected /
awarded the contract and shall be notified.
6 | P a g e
The notification of award of the contract by BIAL shall be followed by execution of a Product & Services Agreement (Annexure-
7) between BIAL and the Contractor, recording the terms and conditions for performing the Scope of Work (Annexure-3)
3. BRIEF ON AIRPORT INFRASTRUCTURE
Airport Network
At KIAB, A common IP network foundation supports all services- Voice & Data, WI-FI, IP based CCTV Surveillance, access
control, FIDS, Internet access etc.
BIAL owns and operates the Network Infrastructure (Wired and Wireless) at KIAB. The IEEE based 802.11 Wireless network
caters to the Airport Business users as well as passengers for Internet access. The Wired network is built on AVAYA platform
and Wireless network infrastructure is built on ARUBA Platform.
The WIFI network supports large number of smart phones, tablets and laptops. The passenger terminal building is sufficiently
covered for WIFI coverage in the Passenger movement areas- Check-In hall, Security hold area, Emigration/immigration. On
the Airside, WIFI coverage is provided on request basis.
The range of the Access points is given below:
Indoor Access Point: 5-10 meters
Outdoor Access Points: 150-300 meters
CCTV Network
BIAL owns and operates the IP Based CCTV Infrastructure. IP CCTV cameras are deployed across the passenger terminal as per
the Airport Security-BCAS/CISF requirements on the Terminal floor. BIAL also has the Video Management system and video
analytic solution deployed which enables end-users for smart monitoring and investigation.
Passenger Tracking Solution
7 | P a g e
BIAL is planning to deploy the PAX Tracker solution from RESA. 2D Bar code Scanners/Readers are deployed at various
locations-entry gate, CUTE counters, SHA-entry, boarding gate, step ladder to read the boarding pass printed on the paper
boarding pass or paperless boarding passes sent to passenger mobile phones. This application enables the Airport staff to
scan the 2D bar coded boarding pass at various entry points to a particular zone across the terminal. The application provides
the flight-wise Pax count in various zones.
Note: Detailed architecture, Network topology for WIFI & CCTV, Pax tracker specifications etc. will be provided to the
Bidder(s) during the Airport visit by the Bidder(s).
4. BIDDER’S ELIGIBILITY CRITERIA :
Bidder shall be eligible to participate in the tender, if it fulfills all the requirements as mentioned in Annexure-2 herein.
Bidders shall provide the details (submittals) as mentioned in Annexure-2.
5. INSTRUCTION TO THE BIDDERS :
The Bidder shall submit a valid and binding Proposal on or before due date of submission as mentioned in Section 17 herein,
along with the following:-
5.1 Performance security: In order to ensure the due performance of the Contractor, the Contractor, shall provide a
performance bank guarantee, equivalent to 10% of the contract value, on the date of the execution of the Agreement as per
the format attached (Appendix 5) in the Agreement (Annexure-7 ). The performance bank guarantee will be refunded after
three months of the expiry of the Warranty Period under and pursuant to the Services Agreement. BIAL may pay the
Contractor advance payment upto 25% of the Professional Fee with the Purchase Order. Such advance payment shall only
be paid after the Contractor provides Advance Bank Guarantee as per the format pre-approved by BIAL, which is attached
herewith as Schedule F of the Agreement.
5.2 Any discrepancies, omissions, ambiguities or conflicts in or among the documents forming part of the RFP, Agreement or
the Scope of Work, or any doubt as to their meaning should be called to the attention in writing by e-mail to
[email protected] before 17.00hrs IST on 31st December 2015 and the queries clarifications shall be made on or before
8 | P a g e
5th January 2016. BIAL shall at its discretion choose to issue a clarification. The Bidders shall disregard any oral instructions
issued by any person, unless issued in writing by BIAL.
5.3 BIAL shall organize a pre-bid meeting and site visit to address queries of Bidders between 28.12.2015 to 31.12.2015 at the
BIAL Office between 09.00hrs to 16.00 hrs. The specific schedule to the respective bidder will be communicated via e-mail.
It is mandatory for the Bidders to attend pre-bid meeting and site visit. Each Bidder may be represented by a maximum of 3
(three) personnel, carrying an original written authorization by the Authorised Signatory of the Bidder for attending the pre-
bid meeting and site visit. Bidders shall send their queries for discussion in the pre-bid meeting by e-mail to
[email protected] before 17.00hrs IST on 31st December 2015.
5.4 BIAL may undertake a site visit to (a) premises of the company (b) a site where the proposed system is already installed and
operational. Bidders shall make all necessary arrangements in this regard.
5.5 Earnest And Security Money :The Bidder shall furnish earnest money of two lacs in the form of Demand Draft in favor of
“BANGALORE INTERNATIONAL AIRPORT LIMITED” from any nationalized bank as a part of his Bid. Proposals without EMD
shall be rejected by BIAL as being non-responsive. No interest shall be paid by BIAL on the amount of earnest money deposit.
In the event the process of evaluation is delayed due to any reason, BIAL shall have the right to encash the Demand draft.
The earnest money may be forfeited: a) If a Bidder withdraws his tender during the specified period of validity of offer. b)
If the successful Bidder fails to sign the Agreement within stipulated period.
The earnest money of the lowest Bidder shall be released at the time of signing of the Services Agreement with BIAL.
6 CURRENT PROCESS FOR PASSENGER TRACKING AND QUEUE MEASUREMENT
Enhanced passenger experience is driven by underlying Airport processes that work seamlessly to provide a quick and efficient
flow of passenger traffic across various Airport touch-points. Different touch-points fed by lines of people must wait their turn
for their requirements to be fulfilled by various stakeholders in Airport community. These lines ebb and flow throughout the
day and peak during holidays and other popular travel periods. Wait time data is an important element in evaluating the
effectiveness of Airport and its partner’s resources in order to effectively manage these lines.
Currently, there is no standardized approach to monitor queue lines, while BIAL has implemented manual processes to collect
wait-time data, such manual methods are labor-intensive and rely on small sample sizes which limits generation of
9 | P a g e
comprehensive reporting models. Visual audits of queues provide basis for decision making, and there is typically no translation
of the crowd size into useful wait time calculations.
Today BIAL undertakes the Queue measurement via manual paper based, stop watch recording process with the help of agents
at various zones like the Airport entry, Check-In, PESC, Boarding gates, Immigration, Customs etc.
Current measurement system faces following issues:
System is not scalable to incorporate more processes and increase measurement frequencies
Data accuracy cannot be guaranteed and is prone to human errors
Does not improve service delivery/quality and resource optimization
Lacks objectivity which is essential for driving a performance based culture
Lacks real time data to support decision making process
Manual system does not support passenger flow analysis and behaviour
BIAL’s requirement is to overcome the above issues by having an automated solution.
7. SOLUTIONS AVAILABLE FOR AIRPORT(S)
There are various solutions in the market for Passenger Queue wait time and flow measurements like:
a) 2D Bar Coded Boarding Passes and Mobile boarding passes
b) Agent based manual counting with Tabs and measurement software
c) Mobile phone Bluetooth
d) Wi-Fi Triangulation
e) Thermal imaging sensors
f) Infrared sensors
g) Video Analytics (using Visual light spectrum to tag and track heads)
h) Video Analytics (using biometrics – face )
i) Video Analytics (using thermal / shape, size, color fingerprinting)
10 | P a g e
j) And various future products in the testing such as RFID, GSM, NFC (Near Filed Communication) , UWB (Ultra Wide Band)
, iGPS (Indoor GPS)
The bidder shall assess the current Airport infrastructure available and propose the right solution making best use of the
Available Airport Infrastructure for the intended/ proposed solution viz Wireless network, Surveillance, bar coded boarding
pass.
The Bidder is required to propose a solution that has considerable penetration, tested widely with economies of scale and
cost effective. It could be a single solution or a combination of solutions based on the scope and locations required. The
Bidder shall give a detailed architecture of the various systems/subsystems required for the Automated Passenger Queue
Monitoring system.
8. A. FUNCTIONAL REQUIREMENTS OF THE SOLUTION
The solution shall provide inputs to the Airport with measures that could improve the passenger experience. Some of the
outcomes envisaged are
i. Measure Queue wait times (maximum & average) and processing times at various defined touch points based on
queue pattern both structured and unstructured
ii. Measure and track the number of passengers in the Queue at any given time
iii. Display the waiting time on the display monitors at the locations finalized in the site survey
iv. Provide the measured data inputs to third party systems for service improvements
v. Provide alerts via e-Mail and SMS to the managers (like Terminal/AOCC/Security) when (a) queue time exceeds
threshold or trend is raising (b) occupancy in area exceeds threshold
vi. Identifying areas of congestion and thereby taking steps to reduce congestion,
vii. Provide Centralized Data Warehouse containing real time, as well as historic data, within a single repository for
visualization and analysis
11 | P a g e
viii. Provide intuitive, real time access to terminal data in a flexible and highly user friendly environment, dashboards
can be customized to meet any requirement
ix. Provide accurate wait time with tolerance to +/- 1 mins
x. Adjust to change in queue pattern
Solution must be non-obtrusive and shall not capture individual’s personal identity or information.
The functional requirements are indicative and the Bidder is expected to improvise for implementation. The Bidder shall
provide all the details as sought in Functional request compliance matrix format as per Annexure-5A.
B.TECHNICAL REQUIREMENTS
General
i. Solution can be stand alone or hybrid based on combination of Technologies
ii. Solution proposed must make optimal use of the existing Airport Infrastructure available- WIFI or CCTV or Both.
iii. Solution proposed must be scalable to cover the Existing Terminal T1, future expansions of existing terminal T1 as
well as the proposed upcoming Terminal T2
iv. Solution proposed must display the wait times/ processing times on the Dedicated monitors to be proposed and
installed by the Bidder across the Terminal.
v. Solution must ride on Airport LAN ( Wired/Wireless)
vi. Solution must correlate data from different sources- WIFI, CCTV, Pax Tracker, etc.
vii. Solution must be OEM Neutral for WIFI/CCTV and without any dedicated requirement
viii. Solution must provide the function to create Business rules to measure different parameters
ix. Solution proposed must provide Real time - reports/ dashboards on various passenger parameters-location basis,
hourly basis, Airline basis, etc. for use by Terminal managers/ Operations/ Ground handlers etc.
x. Solution to deliver (above) reports on mobile devices and support all standard mobile platforms such as Android OS,
Windows, Apple IOS, BB, etc. (quote as optional in the Commercial Bid Format- Annexure -4).
12 | P a g e
xi. Solution must be web-based and allow the external stakeholders to view the dashboards, limited to their operations.
xii. Solution must be based on open industry standards
xiii. Solution must support standard databases like SQL/Oracle
xiv. Solution must be capable of integrating with existing BI tools implemented at BIAL (details will be provided during
the site visit)
xv. Solution must provide standard adaptors for data exchange
xvi. Solution must support latest version of standard browsers like IE, Chrome, Mozilla firefox etc.
xvii. Solution should have the capability to set up test Environment in higher end desktop.
xviii. Solution must provide application status and error conditions for all functionalities of the application.
xix. Configurable Auto Notifications for all events (eg. exceeding configured thresholds, system events, etc)
xx. Solution should be able to upload BIAL logo in the application and in reports.
xxi. Provision of Application Administrator account to create users, approve users, delete users, reset password, grant
roles
xxii. Control access rights for specific screens/reports/dashboards.
xxiii. Ability to back up the data using the standard Backup procedure.
Integration
i. Authenticate with the Microsoft AD for BIAL users and form based authentication for non BIAL users to login
ii. Exchange information with other data sources through a standard import and export method such as XML or CSV and on
a scheduled basis
iii. Master data creation via upload of XML or CSV.
iv. Solution must integrate with Business Intelligence tools or provide export files integrate with BI /MS Office Tools which
currently provides management dashboards and sends out consolidated daily management report from various systems.
v. Export files could be of Excel / CSV format placed in a FTP folder on hourly basis.
Traceability & Audits
i. Audit trail of added, changed and deleted information including the corresponding references to the users and the
information before and after the change.
13 | P a g e
ii. Audit trail of user permissions/privileges granted / revoked in the application.
Server Hardware
i. The Proposed Server/s must support Windows 2012 or latest
ii. RAID 5 support
iii. Rack mounted or blade models only.
iv. High Availability design (for Production)
Bidder is required to provide the recommended Hardware sizing and detailed specifications considering the capacity for
future growth.
v. Minimum Hard disk : [to be provided ]GB
vi. Minimum Processor: [to be provided ]
vii. Server must support a minimum of [to be provided ]devices/ end users
viii. Display Monitor Specifications
Dimension: [to be provided by the Bidder]
Backlighting: [to be provided by the Bidder] LED
Resolution: [to be provided by the Bidder]
Connectivity: [to be provided by the Bidder] Network (Wired/ Wireless), HDMI
Installations: [to be provided by the Bidder] Support Landscape/Portrait installations
The Bidder shall provide all the details as sought in Technical request compliance matrix format and the Technical Bill of
material as per Annexure-5B and Annexure 6 respectively.
9. PROPOSED LOCATIONS FOR PASSENGER MEASUREMENTS
The locations that come under the scope of the project shall be the following:
14 | P a g e
i. Check-in Area
ii. Emigration
iii. PESC/ Security check
iv. Immigration
v. Customs
vi. Visa On Arrival counter
Optional Locations:
i. At Entry to the Terminal Building
ii. Boarding Gates
iii. Taxi Stands
iv. Any other location as specified during the site survey
10. TERM :
The term of the Services Agreement shall be 5 years from the Effective Date (defined) of the Agreement, unless terminated in
accordance with the terms of the Agreement.
11. SCOPE OF WORK
11.1 The Contractor shall Work as detailed out in Scope of Work in Annexure- 3.
11.2 If any services, functions or responsibilities not specifically described herein or in any related documents are an inherent,
necessary or customary part of the Services or Work or are reasonably required for proper performance of the Services and/or
15 | P a g e
Work in accordance with the RFP, they shall be deemed to be included within the scope of Services as if such services, functions
or responsibilities were specifically described in this RFP. The Contractor shall be responsible for supplying and installing the
System and providing the personnel, equipment, along with related hardware, software and other resources necessary to
perform the Work hereunder.
11.3 The Contractor shall be responsible for providing (at no additional cost to BIAL) any and all additional items that are not
expressly included by the terms of this RFP to the extent such items are reasonably required for the achievement of the
objectives of the Work. In the event there is increase in the scope of Work due to the Contractor’s fault and/or the Contractor
obtains any information that leads it to believe that certain additional work is required for the due performance of its obligation
under this RFP, then the same shall be performed by the Contractor at no additional cost or expense to BIAL.
11.4 At any time during the Term of the RFP and the Term of the Agreement, BIAL shall have the right and discretion to add or
delete the Scope of Work or suspend, partially or in full, the Scope of the Work as mentioned in the RFP. In the event of any
increase or decrease of the Scope of the Work, BIAL shall have the right to proportionately increase or decrease service fee, in
accordance with the Proposal submitted and as agreed by BIAL after negotiations.
11.5 The Contractor shall provide regular status/ update of the Services/ Deliverables and complete progress of the work within the
overall schedule of Work from time to time as desired by BIAL in writing. The Bidder shall comply, ensure, provide and shall
cover all the Technical requirements mentioned in Annexure-5 B.
11.6 It shall be Contractor’s liability for transportation and commissioning of the System, software, equipment if any provided to
BIAL under and pursuant to the Scope of Work, Warranty clause of this RFP and the Agreement. BIAL shall not be responsible
and shall not bear any additional costs for the damages of the System, software, equipment either during the transportation,
storage and or during the commissioning. BIAL shall take custody only after the completion of the Scope of the Work.
12. PRICES:
12.1 The Price is inclusive of the design, engineering, supply and transportation of Products and the installation at Project Site,
interfacing, commissioning and Acceptance of the System and includes all applicable Taxes (except Service Tax ) including local
16 | P a g e
taxes, VAT, duties, levies, transportation costs, back-to-back support with OEM if any during Warranty for the entire term of
Service Agreement (hereinafter defined as the “Price”).
12.2 All prices are firm and fixed and shall include the cost of packing, packaging, as specified by BIAL, offsite handling, special
handling, insurance etc., and all other costs and expenses as may be required in connection with the performance of Work
under the Agreement. The Contractor shall not be entitled for separate reimbursement for any costs and expenses, unless
expressly provided otherwise in the RFP and the Agreement.
12.3 No other cost whatsoever will be paid by BIAL.
13. SUBMISSION OF PROPOSAL:
The Proposal shall comprise of two parts – Technical Proposal and Financial Proposal.
The Bidder shall prepare and submit Technical and Financial Proposals to BIAL in separate sealed envelopes super-scribed
with the details of the Proposal to the address mentioned in the RFP.
The Technical Proposal shall comprise of the following:
Part - 1
A letter on the letter head of the Bidder, signed by the Authorised Signatory, as per Annexure-1A: Covering
Letter.
Part – 2
A Power of Attorney duly notarized or certified true copy of a Board Resolution in favour of signatory of the
Proposal, authorizing the signatory of the Proposal, to submit the Proposal on behalf of the Bidder (“Authorised
Signatory”) and to execute and perform the Agreement (if awarded).
Part – 3
17 | P a g e
Bidder shall provide details regarding Bidder’s eligibility criteria and submittals in Proposal as sought by BIAL as
per Annexure- 2. The Bidder shall provide such details of itself, as asked by BIAL in Annexure-2, which shall
demonstrate experience and expertise in performing the work, scope and size.
Part – 4
Litigation History as per Annexure1 B
Part - 5
General Information as detailed in Annexure 1C;
Part – 6
Documents to be furnished as per Annexure1 B;
Part - 7
A copy of the RFP, all its Volumes, its Annexures, including any addendums or corrigendum issued, initialed and
sealed on every page by the Authorised Signatory to indicate acceptance and acknowledgement of the RFP.
Credentials of the Bidder’s - BIAL may at its discretion, contact references for verification as provided by the Bidder in
terms of Bidder’s eligibility criteria and submittals in Proposal as sought by BIAL as per Annexure 2.
The Financial Proposal shall comprise of following (Closed envelope, super scribing “Financial Proposal”): A letter on the
letter head of the Bidder, signed by the Authorized Signatory, addressed to BIAL stating the numerical and words, in
Rupees/ INR, in event the Bidder were to be selected as the Contractor, regarding all costs towards all activities mentioned
in the Scope of Services/Works (attached herein as Annexure-3) with response times. The Commercial bid format is to
be submitted by the Bidder as per Annexure- 4.
The language for all written communication shall be English and currency shall be Indian Rupee.
18 | P a g e
Cost of Proposal - The Bidder shall bear all costs associated with the preparation, submission and presentations (if required
by BIAL) of its Proposal and BIAL shall, in no case, be responsible or liable for such costs, regardless of the outcome of the
RFP process.
It is obligatory on the part of the Bidder to submit all information required as per this RFP, failing which the Proposal shall
be deemed to be incomplete and BIAL shall have the rights to reject such Proposal.
14. VALIDITY:
The Proposal shall be valid for a period of 90 calendar days from the Proposal Submission Date (as defined in this RFP)
Prior to expiry of the bid validity period, BIAL may request the Bidders for a specified extension in the period of validity.
The request and the response thereto shall be made in writing. A Bidder agreeing to the request shall not be permitted to
modify its Proposal, but shall be required to extend the validity of its Proposal correspondingly. All the terms of the RFP
shall continue to be applicable during the extended period of validity.
15. FORMAT & SIGNING OF THE PROPOSAL:
The Bidder shall provide all the information as per this RFP. BIAL reserves the right to evaluate only those Proposals that
are received in the required format, complete in all respects and in line with the instructions contained in this RFP.
The Bidder shall prepare and submit the Proposal in original along with an additional copy and a CD containing a scanned
copy of the original.
The Proposal shall be bound, signed and each page shall be initialed by the Authorized Signatory of the Bidder.
The Technical Proposal (Original + Copy + searchable softcopy) and the Financial Proposal (Original + Copy + searchable
softcopy) shall be submitted in two separate envelopes. These two envelopes shall be submitted in a single outer envelope.
19 | P a g e
The outer envelope should clearly mention following details:
“PRIVATE AND CONFIDENTIAL”
PROPOSAL for RFP - Automated Passenger Queue Measurement/Monitoring System for Queue management
To
Bangalore International Airport Limited,
Kempegowda International Airport, Devanahalli,
Bangalore-560300, India.
Attention: DGM – Procurement & Contracts
<Authorised Signatory, Name of Bidder and Bidder's Address>
If the envelope is not sealed and marked, as instructed above, BIAL assumes no responsibility for the misplacement or
premature opening of the Proposal submitted. In this case, the prematurely opened proposal will be rejected & duly
returned.
16. PROPOSAL DUE DATE & TIME:
The following timetable indicates the BIAL’s intended schedule:
Description Date Comments/ Format
RFP Release 24th December 2015
Pre-bid clarifications 5th January 2016 By e-mail to [email protected] before
17.00 hrs IST on
20 | P a g e
Pre-Bid Meeting &
Presentations
13th & 14th January 2016 The specific schedule to the respective bidder
will be communicated via e-mail.
Receipt of Techno-
Commercial Proposal
25th January 2016
before 16.30 hrs
Strictly in accordance with the submission
requirements detailed within this document.
NB: Bidders shall comply with the specifics of
the submission & the communication mediums.
Note:
a. BIAL may, in exceptional circumstances and at its sole discretion, extend the Proposal Submission Date by issuing an
Addendum on its website.
b. The Proposal shall contain no alterations or additions, except those to comply with instructions issued by BIAL or as necessary
to correct errors made by the Bidder, in which case such corrections shall be initialed by the Authorized Signatory.
17. EVALUATION CRITERIA
17.1 Bidders shall have to comply with all the requirements as per Bidders Eligibility criteria as per Section 2 of this RFP
for further evaluation. Technically qualified Bidders will be shortlisted for commercial evaluation.
17.2 Bidder shall provide all information in order to enable BIAL to make judgments about their suitability.
Conditional Proposals will be rejected. The Bidder shall comply with all the terms and conditions set out in bid document
and its appendices while submitting its Proposal.
17.3 Overall Technical Evaluation Criteria and weightage:
Evaluation Criteria for Technical Bid Weightage Percentage-
Total 100%
1 Complying / meeting the functional requirements
and objectives highlighted in the RFP.
30%
21 | P a g e
2 Complying / meeting the Technical requirements
and objectives highlighted in the RFP.
20%
3 Proof of concept demonstration proving solution
capabilities at KIAB (preferred) or by providing
access and details to a program running at another
site implemented by the Bidder.
40%
4 Bidders project plan
Detailed statement of approach to implement
the Work and their Proposal.
Project management methodology
10%
17.4 From the time the Proposals are submitted, to the time the award of tender, the Bidders should not contact BIAL on
any matter related to its Proposal. Any effort by the Bidder to influence BIAL in the examination, evaluation, ranking of
the Proposals, and recommendation for award of the contract may result in the rejection/disqualification of the Bidder’s
Proposal.
17.5 BIAL shall evaluate the Proposals of only those Bidders, who have satisfied the criteria and complied with the other
requirements of this RFP in a fair and unbiased manner.
17.6 BIAL will also consider the past performance of the Bidder, and its constituent individuals or entities as applicable, on
other contracts with BIAL in terms of quality of its operation and management.
17.7 Grounds of Disqualification:
In addition to BIAL’s rights to disqualify any Bidder as set-out elsewhere in this RFP, BIAL shall have the right, in its sole
discretion, to disqualify any Bidder, and reject its Proposal including, but not limited to any one or more of the following
grounds:
17.7.1 Declaration of the Bidder as ineligible due to past corrupt or fraudulent practices, in any tender/bid
process.
17.7.2 The Proposal not being accompanied by any supporting document/s or Annexure/s, required to be
submitted in accordance with this RFP.
22 | P a g e
17.7.3 Failure to comply with the requirements of the RFP, or the Proposal being non-responsive to the
requirements of the RFP.
17.7.4 If the Proposal is not signed, sealed and marked or does not contain all the information as requested
in the RFP, or in the format as specified in the RFP or Annexure/s, BIAL may reject the Proposal as
non-responsive.
17.7.5 If the Bidder submits incorrect/inaccurate/misleading, false information, misrepresentation, in its
Proposal which is in the sole opinion of BIAL, is material information.
17.7.6 If the Bidder is black listed or debarred by any major corporates or by the any governmental agency.
17.7.7 Any Proposal is received after the timeline as set-out in this RFP.
17.7.8 Misrepresentation/ Fraud/ Breach of Terms and Conditions: If it is discovered at any point of time that
the Bidder has suppressed any fact or given a false statement or has done misrepresentation or fraud
or has violated any of the terms of this RFP, his Proposal may be cancelled by BIAL. In such an event,
the Bidder will not be entitled to any compensation whatsoever, or refund of any other amount, if any,
paid by him. Further, the Bidder will be debarred for a period of 03 years from participating in BIAL’s
works at KIAB.
18. RESPONSIBILITIES:
It is the sole responsibility of the Bidder to:
18.1 Examine, understand and conduct its own investigations and analysis; examine the accuracy, reliability and
completeness of the information provided in this the RFP documents, including all the annexures/appendices
and to verify their completeness.
18.2 All other matters that might affect the Bidder’s performance under the terms of this RFP, including all risks,
costs, liabilities and contingencies associated with this RFP, the Scope of the Service/ Work & Deliverables
and the Agreement for Product and Services.
18.3 The Bidder shall make all relevant investigations in relation to the performance of its obligations pursuant
to the Bidder’s right.
23 | P a g e
18.4 In the event that there are any pages or documents obviously missing or erroneously inserted in the
documents supplied or there are any concerns implied or related to but not specifically mentioned, the
Bidder shall promptly inform BIAL as per Clause 3.3 of the RFP to have such discrepancy rectified well before
the RFP closing date.
18.5 The Bidder shall be responsible for obtaining and maintaining permits and also for complying with all the
laws, orders, regulations or other instructions issued by all statutory authorities in India.
18.6 The Bidder agrees that all information pertaining to BIAL’s business and other information by BIAL are
confidential information of BIAL. The same shall be kept confidential and shall not be disclosed to any third
party without prior written approval of BIAL.
19. CONFIDENTIALITY:
19.1 BIAL and the Bidder shall ensure the confidentiality of all documents supplied by either party to either side.
19.2 All documents will be used in RFP process only.
20. ASSIGNMENT:
20.1 Any assignment of the Agreement for Product and Services or of any rights hereunder, in any manner, by operation of
law or otherwise, without the prior written consent of BIAL, shall be void. Any such consent shall not relieve the
Consultant from its obligations under the RFP and Agreement for Product and Services.
20.2 The Bidder shall not give, bargain, sell, assign or sublet or otherwise dispose-off the Proposal or any part thereof, or
the benefit or advantage of being the Consultant or any part thereof to any third party.
24 | P a g e
21. LAW & JURISDICTION:
The Proposal shall be considered, governed by and interpreted in accordance with the laws of Republic of India. The
jurisdiction for the purposes of the bid shall be the courts in Bangalore only.
22. ADDENDUM/CORRIGENDUM
22.1 At any time prior to the closure of the Proposal submission date, BIAL may, for any reason, shall have the right to
modify the RFP, extend the dates of submission by issuing Addendum/Corrigendum. Any Addendum/Corrigendum
issued, shall form a part of the RFP pursuant to this Clause, and shall be uploaded on BIAL website. BIAL also reserves
the right to extend the dates of submission of the Proposals even after the Proposal submission date but before opening
of the Proposals.
22.2 In order to afford the Bidder’s reasonable time to take an amendment into account, or for any other reason, BIAL may,
at its sole discretion, extend the due date for submission of the Proposals, in which case, all rights and obligations of
BIAL, and the Bidders previously subject to the original deadline will thereafter be subject to the extended deadline
or as notified by BIAL.
22.3 In case of issuance of Addendum/Corrigendum, BIAL may also modify the other dates in relation to this RFP.
22.4 In case, after issuance of Addendum/Corrigendum, the Bidder, who have already submitted their Proposals, need not
resubmit their bids, but can submit the modification, if desired by the Bidder, in accordance with the terms and
conditions of this RFP, to the extent of Addendum/Corrigendum, and the same shall be treated as part of already
submitted proposal. if the Bidder, who have already submitted their Proposals, do not modify their bids, pursuant to
the Addendum/Corrigendum, it shall be deemed that, such Bidder do not intend to modify their Proposals submitted,
on the basis of the Addendum/Corrigendum and the Proposal submitted by such Bidder shall be treated as final proposal
submitted by them.
23. BIAL’S RIGHT TO ACCEPT OR REJECT RESPONSE
a. BIAL’s right to accept or reject any response is absolute. BIAL reserves the right to accept or reject any or all of the
responses without assigning any reason and to take any measure as it may deem fit, including annulment of the bidding
25 | P a g e
process, at any time prior to the selection of the supplier, without liability or any obligation for such acceptance,
rejection or annulment.
b. BIAL reserves the right to invite revised responses from suppliers by issue of an Addendum, at any stage, without liability
or any obligation for such invitation and without assigning any reason.
c. Nothing contained herein shall confer right upon a Bidder or any obligation upon BIAL. The Bidder hereby voluntarily &
unequivocally agrees not to seek any claims, damages, compensation or any other consideration whatsoever on this
account, from BIAL.
24. LIST OF DOCUMENTS FORMING PART OF RFP AND ATTACHED AS ANNEXURES
a. Annexure- 1: Cover Letter
b. Annexure -2 : Bidder’s eligibility criteria
c. Annexure- 3: Scope of Work
d. Annexure -4: Financial Bid Format
e. Annexure- 5: Technical Bid Format
f. Annexure -5 A: Functional request compliance matrix
g. Annexure-5 B: Technical request compliance matrix
h. Annexure-6: Technical Bill of material
i.Annexure-7 : Agreement for Product and Services
j. Annexure-8 : Airport fact sheet
26 | P a g e
ANNEXURE-1
1 A Covering Letter
[On Bidder’s letterhead]
[Location, Date]
To:
GM-Procurement
Bangalore International Airport Ltd.
Alpha-2,
Kempegowda International Airport Bengaluru,
Devanahalli, Bangalore - 560 300
Dear Sirs:
Subject: Proposal in response to the Request for Proposal for Automated Passenger Queue Measurement/Monitoring System
for Queue management
1. Having read, carefully examined and understood the above Request for Proposal and all annexure and other documents
attached thereto and all subsequent addenda and clarifications issued pursuant thereto (collectively the “RFP”), we hereby
offer to perform the Services (as defined in the RFP) in accordance with the Scope of Services and the terms and conditions
set forth in the Agreement for Product and Services provided as Annexure-9 to the RFP and the other RFP documents.
2. We hereby agree and confirm that our Proposal has been prepared strictly in conformance with the instructions in the RFP
(including the forms set forth therein) and that we shall at all times act in good faith and abide by the terms and conditions
of the RFP during the Bid Process.
27 | P a g e
3. We agree that we have inspected and examined the RFP documents and have ascertained that they contain no
inconsistencies, errors or discrepancies and have otherwise familiarized ourselves with all conditions of the RFP which may
affect our Proposal and all queries on other contractual matters have been addressed.
4. Without prejudice to the generality of the foregoing:
(a) We undertake to keep our Proposal valid and open for acceptance without unilaterally varying or amending its terms
for the Proposal Validity Period stated in the RFP;
(b) We agree that if our Proposal is accepted, we will execute the Agreement, provide the necessary indemnities &
insurances and obtain and provide the Performance Guarantee; all in accordance with the RFP
(c) We acknowledge and agree that the acceptance of our Proposal and award of the contract, and the cancellation or
modification of the RFP at any stage is at BIAL’s sole discretion and any decision taken by BIAL in relation to the RFP
(including any award) is final and binding on us and we shall have no rights or claims arising out of or in relation to
any decision of BIAL in relation to the RFP or the selection process thereunder.
(d) We acknowledge and agree that BIAL is not bound to accept the lowest or any Proposal or offer that BIAL may receive.
5. We represent and warrant to BIAL that as of the date of submission of the Proposal and till the end of the Proposal Validity
Period (as may be extended):
(a) the information furnished by us is complete, accurate, unconditional and fairly presented;
(b) we have the necessary technical and financial ability and adequate skilled and experienced resources for undertaking
the Services if our Proposal is accepted;
(c) we are in compliance with all the terms and conditions of the RFP;
28 | P a g e
(d) there is no information, data or documents which have not been disclosed which may prejudicially affect BIAL’s
evaluation or decision in relation to the award of the contract;
(e) we have all the necessary corporate and statutory approvals and authorizations to participate in this RFP and to
submit the Proposal (Technical and Financial) as a binding offer in response to the RFP, the Confidentiality
Undertaking and all other documents that are required to be submitted pursuant to the RFP, and to execute and
perform the Agreement (if awarded); and
(f) We or the personnel we intend to engage for this assignment are not disqualified from undertaking the assignment
on account of security clearance by the Government of India, any relevant authority of the Government of India or
by any international agency or other governments and that at all times we shall provide any information required to
assess the same.
(g) we have factored in all costs and expenses for undertaking the Scope of Services in accordance with the terms and
obligations specified in the Consultancy Service Agreement and the RFP in the preparation of our Financial Proposal
and that the same is sufficient and reflects our no-regret offer in all respects.
In the event of occurrence of any events or circumstances that would render any of the foregoing representations and
warranties untrue or invalid, we covenant to promptly notify BIAL of the same.
6. We declare that there has been no material adverse change in our financial and technical capability with reference to and
including any additional exposure to financial and/or legal risks to us. We further declare that we have not been declared
ineligible for corrupt or fraudulent practices in any tendering process.
7. We further declare and confirm that, we are aware of the required Licenses & Permits and clearances to be obtained for
undertaking our obligations pursuant to the RFP & Agreement, under the Applicable Laws and agree to abide with the same.
8. We undertake that we will intimate BIAL of any material change in facts, circumstances, status or documentation relating
to us during the Proposal Validity Period (as may be extended in accordance with the RFP).
29 | P a g e
9. This Proposal shall be construed, interpreted and governed, in all respects, by the laws of India, without reference to its
conflict of law principles. The courts at Bengaluru will have exclusive jurisdiction in respect of all matters arising out of this
Proposal.
10. We have agreed that [______________________] [Insert Authorised Signatory’s name] will act as our representative and
has been duly authorized to submit the Proposal and authenticate the same, make amendments thereto and undertake such
other actions as set out in the power of attorney / resolution of the board of directors / authorization attached with this
Proposal, which will be binding on us.
11. We have provided details, in accordance with the instructions and in the form required by the RFP and have attached the
same as appendices to this Technical Proposal. These documents form an integral part of this Technical Proposal:
Part 1 – Covering Letter as per Annexure-1
Part 2 - Power of Attorney
Part 3 – Bidder’s eligibility criteria & submittals as per Annexure-2
Part 4- Litigation History as per Annexure-1B
Part 5 – General Information as per Annexure-1C
Part 6 – Documents to be furnished as per Annexure -1D
Part 7 – Accepted and acknowledged RFP, addendums, corrigendum(s) of RFP if any.
Yours sincerely,
For and on behalf of [name of Bidder]
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Bidder:
Address:
<Seal of Bidder>
31 | P a g e
ANNEXURE 1 B
Litigation History
Year Award /
order /
judgment /
decree etc.
FOR or
AGAINST
Applicant
including
present
litigation.
Name of client, cause of litigation, and matter in
dispute
Disputed
amount (current
value)
Note:
Bidders should provide information on any history of litigation or arbitration resulting from contracts executed in the last five years or
currently under execution. BIAL shall also analyse the details provided in this form to determine any possible impacts to the Project;
BIAL reserves the right to accept or reject the Proposal accordingly.
32 | P a g e
ANNEXURE 1C
Company Background Details
General Information
Bidder Information
Registered name
Country of constitution and Cities of
Operations and address
Year of constitution
Registered address in the country of
constitution
Firm/Company History
Promoters and existing Shareholding
Pattern;
Management Strategy
Total Turnover for the last five years and
certified true copy of the audited balance
sheet for the past five years.
Authorized representative
(name, address, telephone numbers, fax
numbers, e-mail address)
Bidder’s registered address in India (If
applicable)
Note:
Please provide a certified true copy of the constitutional documents of the Applicant.
Please provide board resolution/power of attorney in favor of authorized representative authorizing him/her to submit the
Response.
33 | P a g e
BIAL shall analyse the details provided in this Annexure B to determine any possible impacts to the Project; BIAL reserves
the right to accept or reject the Response accordingly.
ANNEXURE 1D
Documents to be furnished
Certified true copy of the:
a. Certificate of Incorporation;
b. In case of company Memorandum & Articles of Association and in case of other entities relevant document.
(Registration Certificate, Partnership Deed -if Bidder is a partnership firm etc.)
c. company turnover statement for the last five years supported by annual reports;
d. Certificate of Registration of Establishment issued by the Labour Department.
e. Permanent Account Number Card (both sides);
f. Value Added Tax Registration Certificate;
g. Service Tax Registration Certificate;
h. Experience certificate and customer satisfaction certificates
i. Copy of PF and ESI registration;
j. Details of the existing contract with major clients;
k. Details of the existing clients and details such as address, contact number and mail address;
l. Board resolution/Authorization letter/power attorney issued in favour of the authorized signatory, authorizing
to represent and sign the current Proposal and execute the subsequent Service Agreement, if any.
Note:
1. BIAL reserves its right to demand any other additional information that might be relevant for the evaluation of the
proposal, at a later stage.
2. BIAL shall analyze the details provided in this Annexure B to determine any possible impacts to the Project; BIAL
reserves the right to accept or reject the Response accordingly.
34 | P a g e
ANNEXURE- 2
BIDDER’S ELIGIBILITY CRITERIA AND SUBMITTALS
SL.
No.
Criteria Submittals/ Proofs
1 Experience: Minimum 5 years’ experience in
implementing IT and automated solutions for airport
industry.
To Provide Details
2 The Bidder shall have experience in doing similar
assignments (Passenger Tracking, Queue Measurement) in
at least two airports or Malls/ Retail spaces/ Commercial
banks having an annual passenger/customer traffic of at
least 10 Million.
To Provide Details
3 The solution implemented above must be in use for the
last 1-2 years at the referenced customer site (airports or
Malls/ Retail spaces/ Commercial banks)( Not pilot
project). Customer reference letter to establish the
eligibility criteria is required and to be submitted with
the offer.
To Provide Details
4 The Bidder shall provide commitment to demonstrate the
Proof of concept of the solution proposed at no cost to
BIAL.
To Provide Details
35 | P a g e
ANNEXURE- 3
SCOPE OF WORK AND THE DELIVERY TIME SCHEDULE
1. SCOPE OF WORK:
BIAL proposes to evaluate the solution proposed by the Bidders through a proof of concept/ Pilot implementation. The Bidders
shall demonstrate the solution capabilities in meeting the functional requirements stated in section 8. The POC shall be
limited to 1 or 2 passenger zones identified by BIAL.
The selected Bidder participating in this bid shall carry out the following activities in a phased manner
Phase I-Gap analysis and Proof of concept:
I. Assessment/Site survey of the Passenger movement areas in the Airport i.e Airport Walk through in consultation with
BIAL Departments-Planning, Operations, Commercial teams.
II. Assessment of Airport Infrastructure available to meet the solution requirements for passenger flow monitoring.
Recommend gaps if any for improved coverage. The Infrastructure will be provided by the Airport based on this report.
III. Gap analysis report for effective Passenger flow monitoring and measuring the Q times
IV. Demonstrate the proposed solution capabilities through a Proof of concept, free of cost to BIAL. Any concepts discussed
during the POC shall be incorporated in the final implementation in addition to the functional requirement given above.
BIAL shall identify one or two zones for POC
V. Validation of Proof of concept in consultation with BIAL
36 | P a g e
VI. The Proof of concept exercise shall not affect the day-to-day Terminal Operations. The Bidders shall carry out the
exercise in a non-obtrusive way
Phase II-Roll out for Zones:
The selected Bidder shall carry out the turnkey implementation of the Solution. This includes the following-
a. Design, Development, Customization, Integration & Implementation of the Proposed Solution.
b. Supply of Hardware (servers, display monitors, etc), System Software (OS/DB).
c. Integration of the Proposed System with the existing infrastructure and applications of the Department
d. User acceptance Test on different Passenger movement Parameters/ Business rules and system handover Sign-off
e. Training (both User / Technical for administrator) and Documentation on the solution deployed.
f. On-going support for the Application.
System Acceptance Test:
a. The Contractor is responsible for preparing and presenting acceptance documents as agreed by BIAL.
b. The Contractor shall prepare Acceptance Test Procedure (ATP).
c. All acceptance (ATP) documents must be approved by BIAL before any User Acceptance Tests (UAT) can commence.
d. The Contractor is responsible for preparing and finalizing “As Built” drawings/ documentation, naming all the antennas,
and equipment. This must be showcased to BIAL.
e. The Contractor is responsible for correcting any short-comings or outstanding line items at its cost before requesting
for User Acceptance Certificate.
f. The Contractor is responsible for replacing the faulty components during the warranty period.
The Contractor is responsible for getting the User Acceptance Certificate for design, deployment, optimization, etc.
3. General guidelines for Implementation:
37 | P a g e
a. Bidder to follow BIAL EHS policy.
b. It is the bidder’s responsibility to secure all work permits and entry pass for its staff
c. Delivery of all equipment directly to site. Bidder to maintain all inventories till handover of the project.
d. BIAL will provide open Storage Area within the KIA Campus. Contained space, if required shall be arranged by the bidder at his
own cost.
4. Functional and Technical Specifications:
Format in Annexure 5 and Annexure 6 to be filled by the Bidders. 5. Warranty: As per Section 13 and Appendix 9 of the Agreement (Refer Annexure-) 6. Project Management
a. Bidder to share the project management team structure with the cv of project head, design team, site supervisor, execution
team
b. Bidder to submit detailed project plan in line with the milestones provided below
c. Selected bidder to provide mutually agreed progress report of the project
d. Selected bidder to arrange for weekly review meeting including all stakeholder
6. Quality Requirements and Standards
1. The Contractor prepares, submits for BIAL’s acceptance, and implements a Manufacture Quality Plan (“MQP”) for the Works
which, as a minimum, includes the following:
38 | P a g e
1.1 The quality system elements, project procedures, technical procedures and particular Inspection and Test Plans
(“ITP’s).
1.2 The Contractor’s quality system documentation to cover all the Works (both on-site and off-site) and include system
application, manage responsibilities, organization requirements, ITPs, Hold Points, Witness Points and planned quality
audits.
1.3 A programme for all other quality documentation to be prepared during the progress of the Works/ Agreement Work.
2. The Contractor facilitates the conduct of a regular quality audits by BIAL.
3. The Contractor prepares, submits for the BIAL’s acceptance, and implements a field quality plan.
4. The Contractor prepares, submits for the BIAL’s acceptance, and implements work procedure’s for installation.
5. The Contractor prepares, submits for the BIAL’s acceptance, and implements Testing and Commissioning Procedure.
6. The Contractor prepares, submits for the BIAL’s acceptance, and implements Format of Records/Checklists.
7. The Works comply, without limitation, with the following:
7.1 ISO 9001:2008 Quality Assurance Systems
7.2 National Building Code
7.3 American Society of Mechanical Engineers (ASME) standards
7.4 American Society for Testing and Materials (ASTM) standards
7.5 American Welding Society (AWS) Standards
7.6 Bureau of Civil Aviation Security (BCAS) of Indian Requirements
7.7 Relevant Bureau of Indian Standards (BIS) codes
7.8 Directorate General Civil Aviation (DGCA) of India requirements
7.9 European Committee for standardization (CEN)
7.10 International Air Transport Association (IATA)
7.11 International Civil Aviation Organisation (ICAO) Standards
7.12 International Electro technical Commission (IEC) Standards
7.13 Institute of Electrical and Electronics Engineers (IEEC) Standards
7.14 National Electrical Manufacturers’ Association (NEMA) Standards
7.15 National Fire Protection Association (NFPA)
7.16 All relevant Indian Standards and Codes
7.17 All Indian Statutory Agency requirements, of any tier
7.18 All applicable Indian law and regulation, of any tier
39 | P a g e
7.19 All codes as per Particular Technical Specifications & the scope of work.
2. PROJECT DELIVERY SCHEDULE:
The Bidder shall provide a detailed project plan and execution methodology.
ANNEXURE-4
BIDDER TO SUBMIT COMMERCIAL BID USING THE FOLLOWING TEMPLATE
Commercial Bid Format
S No Description Quantity
Unit Cost
( Ex-
Factory)
Duties (
% &
amount)
Tax
applicable
( % and
amount)
Other
Levies &
duties
All
Inclusive
price per
Unit
Total All
inclusive
Price
1 Supply of Hardware ( Bidder
to propose)
1.1
1.2
Hardware Sub-total
2 Supply of Software
2.1 Application license
2.2 Node/ User license
2.3 Application support/
Warranty
2.4 Database cost
40 | P a g e
2.5 OS Cost
2.6 Customization if any
2.7
Development of Interface to
BIAL BI tool. Note: BIAL has
implemented Middleware on
IBM WPS 7.5 version.
2.8 Any 3rd party application
Software Sub-total
3 Services
Project Management
3.1
Airport Infrastructure
assessment and
recommendations
3.2 Software/Solution
requirement specification
3.3 Design
3.4 Installation/ Customization
3.5 User acceptance Testing
3.6 Go live of the Solution
Service Sub-Total
4 Recurring Costs (5 yrs.)
4.1 Hardware Warranty/AMC
4.2 Software subscription and
support
4.3 Support ( OEM & Operational)
41 | P a g e
Total Project Cost for 5
Years.
Grand Total
PAYMENT SCHEDULE:
BIAL would take-up this Work/project in phases and release the payment with completion of each phase after securing completion certificate from responsible authorities. The payment phases would be as follows:
Sl. No.
Milestone Description Payment Terms (in %)
1 Before Commencement on Execution of the Agreement
Upto 25% of Professional Fees
2 Final Implementation of Solution 40%
3 UAT, sign off and training and documentation 25%
4 Retention 10
Grand Total 100
BIAL shall pay the Contractor the retention stated in Sl. No. 5 above on completion of the Acceptance Test and on submission to BIAL of a bank guarantee from a scheduled bank for the equivalent amount in the form approved by BIAL. Payment Terms
Payment will be released within thirty (30) days of submission of certified completion certificate of each phase along with the valid invoice.
Note: For details about PRICES, INVOICING, PAYMENT TERMS AND TAXES please refer Section 3 of the Agreement (Annexure-
7).
42 | P a g e
Annexure 5A: Functional Requirements- Compliance Matrix
Sl.No Feature Compliance
Yes/No
Reference in
the Technical
Bid submitted
Offered by Third Party-
Technology
/Implementation/Application
Functional Requirements
1 Measure the Q-Wait time and
Processing time at various
touch points based on queue
patterns both structured and
unstructured
2 Measure and track the
number of passengers in the
Queue
43 | P a g e
3 Display the waiting time on
the display monitors at the
locations finalized in the site
survey
4 Provide the measured data
inputs to third party systems
for service improvements
5 Provide alerts via e-Mail and
SMS to the managers (like
Terminal/AOCC/Security)
when (a) queue time exceeds
threshold or trend is raising
(b) occupancy in area
exceeds threshold
6 Identifying areas of
congestion and thereby
taking steps to reduce
congestion,
7 Provide Centralized Data
Warehouse containing real
time, as well as historic
data, within a single
repository for visualization
44 | P a g e
and analysis
8 Provide intuitive, real time
access to terminal data in a
flexible and highly user
friendly environment,
dashboards can be
customized to meet any
requirement
9 Adjust to change in queue
patterns
10 Provide accurate wait time
with tolerance to +/- 1 mins
11 Solution must be non-
obtrusive and shall not
capture individual’s personal
identity or information.
Annexure 5 B: Technical Requirement- Compliance Matrix
Sl.N
o
Feature Compliance
Yes/No
Reference in the
Technical Bid
submitted with
Offered by Third
Party-Technology
/Implementation/Ap
45 | P a g e
Page Identifier/
Flag No.
plication
Technical Requirements of the Solution
Solution can be stand alone or hybrid based
on combination of Technologies
Solution proposed must make optimal use
of the existing Airport Infrastructure
available- WIFI or CCTV or Both.
Solution proposed must be scalable to cover
the Existing Terminal T1, future expansions
of existing terminal T1 as well as the
proposed upcoming Terminal T2
Solution proposed must display the wait
times/ processing times on the Dedicated
monitors installed across the Terminal
Solution must ride on Airport LAN (
Wired/Wireless)
Solution must correlate data from different
sources- WIFI, CCTV, Pax Tracker, etc
Solution must be OEM Neutral for
WIFI/CCTV and without any dedicated
46 | P a g e
requirement
Solution proposed must provide Real time -
reports/ dashboards on various passenger
parameters-location basis every hour for
each Airline, for use by Terminal managers/
Operations/ Ground handlers etc. The
reports must be delivered to the mobile
devices & web browsers.
Solution must be web-based and allow the
external stakeholders to view the
dashboards limited to their operations.
Solution must be based on open industry
standards
Solution must support standard databases
like SQL/Oracle
Solution must support Standard analytics
software ( if any)
Solution must provide standard adaptors
for data exchange
Solution must support latest version of
47 | P a g e
standard browsers like IE7, Chrome, Mozilla
firefox etc.
Solution must support all standard mobile
platforms such as Android OS, Windows,
Apple IOS, BB, etc
Solution should have the capability to be
implemented in multiple environments for
example, development, test, production
and disaster recovery.
Solution must provide understandable and
easily identifiable application status and
error conditions for all functionalities of
the application
Configurable Auto Notifications for all
events
Support SSO with AD and also have
application UME for non-employees.
Facilitate managing users’ access through
roles and groups.
Provision of Application Administrator
48 | P a g e
account to create users, approve users,
delete users, reset password, grant roles.
Ability to customize permission controls for
user in order to limit access to certain
functions.
Authenticate with the LDAP enabled user
name and password.
Exchange information with other data
sources through a standard import and
export method such as XML or CSV and on a
scheduled basis
Solution must integrate with Business
Intelligence tools or provide export files
integrate with BI /MS Office Tools which
currently provides management dashboards
and sends out consolidated daily
management report from various systems.
Export files could be of Excel / CSV format
placed in a FTP folder on hourly basis.
Ability to Integrate with other application
which is identified at the time of
implementation
49 | P a g e
Audit trail of added, changed and deleted
information including the corresponding
references to the users and the information
before and after the change.
Keep track of the time frames of an
operation with respect to involved users,
actions, and authorizations.
Server Hardware
The Proposed Server OS must
support Windows 2012 or latest
Support RAID 5
Must be Rack mounted or blade
models only.
Implemented in High Availability
design (for Production setup)
Note: The Bidder shall provide the Hardware as per the Solution requirements. The Hardware shall be certified by the application
OEM that hardware provided is sufficient to meet the application requirements.
The Technical Bid Format shall be structured and shall include the following:
1) An Executive Summary of the proposal signed by authorized signatory along with an undertaking that the Bidder will provide
a competitive and good faith Proposal towards the RFP and its obligations therein.
2) Evidence for meeting Bidder’s (OEM/SI) Eligibility Criteria
50 | P a g e
3) In case SI is participating, A Letter from OEM supporting the SI for the turnkey implementation of the project and support
for 3 years must be included
4) Proposed Approach, Architecture & Methodology for deploying Passenger Flow monitoring solution
5) Detailed architecture, Product specifications
6) Key differentiators from competitors
7) Case studies
8) Detailed project plan to complete the Work/project
9) Compliance matrix for the Functional and Technical requirements
Annexure 6: Technical Bill of Material
Sl.No Description Quantity OEM Make &
Model
Version/Year
of release
Configuration
Hardware ( Provide
separately for
Production/ DR/
test)
Application Server
Database Server
Any other HW (
CCTV/ Sensors/etc)
Display/Monitor
System
Software with
Versions for
Application/ OS/DB
Application License-
51 | P a g e
Server
Application license-
client
Database license
Operating Systems
Reporting Engine
Additional
Requirements, If any
Note:
1. The Bidder shall provide the hardware sizing (Servers with required configuration/Storage) info for the application
proposed.
2. There shall be no price information in the Technical Bid.
53 | P a g e
ANNEXURE-8
AIRPORT FACT SHEET
Terminal expansion
KPI
1. AIRPORT FACTSHEET
Particulars
Capacity
Terminal Area 150,500 sq mts
Commercial Area 13,611 sq mts
Terminal Entry Gates 09
Check-in Counters 86
CUSS 30
Domestic Security Pedestals 24
International Security Pedestals 12
Emigration Counters (Departures) 24
Boarding Gates 26
Domestic 14
International 10
Swing 02
Aircraft contact stands
15 Code-C or 7 Code-E & 1
Code-F
Immigration Counters (Arrivals) 24
Customs hand bag screening 02
Baggage reclaim belts 9
Domestic 5
International 4
2. Terminal Expansion
Operations commenced in expanded terminal in February 2014. Expansion has doubled the terminal
space and increased Airport’s passenger handling capacity from 11.6 MAP to 20 MAP.
Expanded terminal is 150,500 m2 in size and has an additional 6 (26) boarding gates, 33 (86) check-
in counters and 2 (9) baggage reclaim belts. Combined Seating capacity of domestic & international
SHA is 5071 passengers (Including full seating capacity in lounge and 30% at F&B outlets).
54 | P a g e
2.1. KPIs
Key performance indicators across Airport operations are defined as per below table.
APQWT system shall be capable of integrating KPIs and monitoring deviations from
defined KPI.
Terminal Area Criticality KPIs Required
Domestic
Departures
Terminal Entry
Gates High 05 Mins
1.Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
Check-in High 10 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
PESC High 10 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
Boarding Gates High 10 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
Internationa
l Departures
Terminal Entry
Gates High 05 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
Check-in High 10 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
Emigrations High 10 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
PESC High 10 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
Boarding Gates High 10 Mins 1. Queue waiting time
2.Number of passengers in the
55 | P a g e
Queue
3.Processing Time
Domestic
Arrivals Taxi High 10 Mins
1. Queue waiting time
2. Number of passengers in the
Queue
Internationa
l Arrival
Immigration High 10 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
Customs Hand
Baggage High 10 Mins
1. Queue waiting time
2.Number of passengers in the
Queue
3.Processing Time
Taxi High 10 Mins
1. Queue waiting time
2. Number of passengers in the
Queue
1.1. Terminal infrastructure
Passenger terminal building is a single, four-level building accommodating international and
domestic operations. Basement houses retail storage, rest areas and services, arrival and
departure areas are separated vertically with a modern, simple, straight-ahead flow system.
Check-in facilities and baggage reclaim are located on level 1 (ground floor).
56 | P a g e
1.2. Departure entry gates
There are nine departure entry gates numbered from 1 to 9 on the western side of terminal
building, welcoming passengers and directly leading them to check-in counters. Each gate is
manned by two CISF personnel who facilitate entry of passenger int check-in hall. X-ray
machines have been installed at entry gates to conduct random checks on baggage.
1.3. Check-in counters
Airport is equipped with 86 Common User Terminal Equipment (CUTE) enabled check-in
counters serving passenger throughout the day, these counters are used both by domestic and
international airlines. CUTE Contractor is RESA CREWS, all counters are equipped with
workstations, Boarding pass printers, Baggage tag printers, Weighing machines with displays,
Conveyor controls, IP telephones, and stationery storage.
57 | P a g e
PTB is equipped with 30 Common Use Self Service (CUSS) kiosks, in sync with simplifying
business initiative of IATA, endeavors to develop and support alternative forms of check-in,
meant to de-congest Airport.
86 counters are installed in six islands, with each counter linked to a main
baggage conveyor via weighing, labeling and induction conveyor belts. Each of six
main baggage conveyors lead to a separate baggage make up race track in Baggage Make-up
Area (BMA), entire baggage handling system (BHS) is semi-automated and has in-built
contingency modes to address failures. BHS is remotely monitored by SCADA (Supervisory
Control and Data Acquisition) system, which ensures that system is operational at
all times.
1.4. Inline baggage screening
Checked in baggage of passengers is security screened through a 5 level in-line screening
system. In-line screening system is integrated into BHS, where baggage undergoes screening
process as it passes through BHS to its final destination in BMA. In- line screening system
employs a combination of automated and manual screening processes to ensure that all bags
are thoroughly checked before they are sent to the aircraft.
1.5. Pre-embarkation security check (PESC)
Airport security is handled by Central Industrial Security Force (CISF), which is a government
security agency responsible for security services across 70+ Airports in India.
PESC is demarcated into two areas:
1. Domestic PESC
2. International PESC
58 | P a g e
1.5.1. Domestic pre-embarkation security check:
Domestic Security Control area is situated on first floor which is facilitated with 8 security units
(APSU), each APSU consists of 02 baggage X-ray machines, 03 Door Frame Metal detectors
(DFMD) and 03 frisking pedestals.
1.5.2. International pre-embarkation security check:
International Security Control area is situated on first floor which consists of 4 Airport Security
Units (APSU). Each APSU consists of 02 X-ray machine, 03 DFMD’s and 03 frisking pedestals.
59 | P a g e
1.6. Boarding gates
Domestic Gates
International Gates
Airport provides 26 boarding gates comprising of 11 Bus gates and 15 Passenger boarding
bridges/Aerobridges to facilitate domestic & international passenger boarding process. 2
contact stand boarding gates are located in swing area at level one, which can be used during
the peak hours to cater to the domestic or international passenger traffic.
60 | P a g e
1.7. Border control & immigrations
Departures
Immigration services at KIAB and Foreigners registration services are handled by Bureau of
Immigration (BOI). Airport provides 24 Emigration (Departure) and 24 Immigration (Arrival)
counters which includes counters for Diplomats and Passengers with reduced mobility, Crew,
Mothers with infant & SAARC nationals.
Arrivals
2. CBEC (Central Board of Excise and Customs)
Customs Hand Baggage Screening
61 | P a g e
CBEC is the nodal national agency responsible for administering Customs, Central Excise,
Service Tax & Narcotics in India. All international arrival passengers hand bags are being
screened. Subject to clearance from customs officials they proceed to collect check-in baggage
at the respective carrousel.
Customs HB screening at BIAL is facilitated with two X-Ray machines. International arrival peak
is between 2300 to 0355 hrs.
3. Airport operations peak hours
Airport operational peak hours at KIAB cover all critical resources that serve passengers during
day to day Airport operations. The Airport operates 24X7 through the year.
Domestic arrival peak is between 0700 to 1055 hours during which there are about 42 arrivals
and between 1700 to 2255 hours during which there are about 71 arrivals.
Domestic morning departure peak is between 0600 to 1055 hours during which there are about
64 departures. Evening peak is between 1700 to 2155 hours during which there are about 53
departures.
International arrival peak is between 2300 to 0355 hours during this time we have 11 arrivals &
departure peak is between 0005 to 0455 hours during this time we have 11 departures.
Airport resource allocation is centrally managed by Airport Operations Control Centre (AOCC),
which houses all Airport stakeholders under one roof and is aimed at optimal resource
allocation.
Resource allocation is based on seasonal Airport schedule plan which is supported by daily
changes.
Sample resource allocation charts for various resources are given below:
62 | P a g e
4. CHECK IN COUNTER ANALYSIS (DOMESTIC & INTERNATIONAL)
This capacity excludes Kiosk Check in or any other form of check in.
Island B
DOMESTIC SECURITY CHECK
INTERNATIONAL SECURITY CHECK
0
2
4
6
8
10
12
14
16
18
20
Island B (20 Counters)
64 | P a g e
6. AIRLINES OPERATING AT BIA
6.1. Domestic Airlines
6.2. International Airlines
Air India
Alliance Air
Air Costa
Air Asia India
Jet Airways
Jet Konnect
Indigo
Go Airlines
Spice Jet
Air Arabia Oman Air
Air Asia Qatar Airways
Air France Jet Airways
Air Mauritius Saudi Arabia
British Airways Silk Air
Dragon Air Singapore Airlines
Emirates SriLankan Airlines
Etihad Airways Thai Airways
Lufthansa Tiger Airways
Malaysia Airlines
65 | P a g e
7. Average Queue Waiting time - April 2014 to February 2015
Below chart provides details about average actual waiting time recorded at KIAB between April
2014 to February 2015 across Domestic & International PESC, Domestic & International Check-
in queues and Departure and Arrival Immigration queues.
66 | P a g e
4:13
5:26
2:26
2:533:17
4:50
0:00
1:12
2:24
3:36
4:48
6:00
Domestic International Domestic International Arrival Departure
Check-in PESC Immigration
Wait
ing t
ime i
n m
m:s
s
67 | P a g e
8. Sample Dashboards and Reports
Security Check-point report: This chart plots the development of the median wait time across
various time-hours for the chosen-date.
68 | P a g e
9. Terminal dimensions factsheet
Terminal Dimensions factsheet
S.No. Area Length (m) Breadth (m) Height (m)
1 Departure Entry Gates 385m 33m 22m
2 Check-in hall 75m 25m 22m
3 Check-in hall queuing 63m 7.5m 22m
4 Check-in hall counter 63m - 3.3m
5 PESC (Domestic) Counter 75m 12m 3.5m
6 PESC (Domestic) queuing 75m 10m 3.5m
7 PESC (International)
Counter 45m 14m 10.5m
8 PESC (International)
queuing 42m 12m 10.5m
9 Immigration (Departure)
counter 46m 2.5m 10.5m
10 Immigration (Departure)
queuing 43m 8m 10.5m
11 Boarding Gates West -
Level 0 62m 18m 3.3m
12 Boarding Gates West-Level
0 (Queue) 10m - -
13 Boarding Gates East -Level
0 95m 14m 3.3m
14 Boarding Gates East-Level
0 (Queue) 10m - -
15 Boarding Gates Level 0
(International) 40m 14m 3.3m
16 Boarding gates Level 0
(International Q) 7m - -
17 Boarding Gates Level 1
(Domestic) 245m 17m 10.5m
18 Boarding Gates Level 1
(Domestic Q) 7m - -
19 Boarding Gate Level 1
(International) 372m 18m 10.5
20 Boarding Gate Level 1
(International Q) 5.5m - -
21 Boarding Gates Level 2
(International) 40m 18m 4m