96
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.

REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 2: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 3: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 4: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 5: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 6: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 7: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 8: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 9: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 10: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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)

Page 11: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 12: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 13: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

[email protected]

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.

Page 14: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 15: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 16: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 17: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 18: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 19: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 20: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 21: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 22: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 23: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 24: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 25: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 26: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 27: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 28: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 29: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 30: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 31: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 32: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 33: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 34: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 35: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 36: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 37: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 38: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 39: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 40: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 41: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 42: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 43: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 44: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 45: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 46: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 47: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 48: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 49: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 50: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 51: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 52: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 53: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 54: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 55: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 56: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 57: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 58: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 59: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 60: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 61: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 62: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 63: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 64: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 65: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 66: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 67: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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)

Page 68: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 69: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

68

Yours faithfully,

AUTHORIZED SIGNATURE

NAME OF THE SIGNATORY :

NAME & ADDRESS OF THE TENDERER :

OFFICIAL SEAL & DATE :

Page 70: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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>

Page 71: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 72: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 73: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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)

Page 74: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 75: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 76: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 77: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 78: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 79: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 80: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 81: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 82: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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)

Page 83: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 84: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 85: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 86: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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:

Page 87: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 88: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 89: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 90: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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)

Page 91: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 92: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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.

Page 93: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 94: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 95: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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

Page 96: REQUEST FOR PROPOSAL (RFP) For Selection of an agency for

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