tender document date: 04.09.2019 biometric …
TRANSCRIPT
1
TENDER DOCUMENT
Date: 04.09.2019
BIOMETRIC (FINGERPRINT) BASED ATTENDANCE MANAGEMENT SYSTEM
FOR AIR INDIA EXPRESS LTD
2
Tender for Biometric machine for Air India Express
01 Tender no. AIXL/HR/BM/COK/2019/001
02 Name and address of proposer
Chief of Human Resources
Management, Air India Express,
Airlines House, Durbar Hall Road, Kochi,
Kerala 682016
Telephone : 0484 2350165
03 Name of Tender Biometric (Finger print) Based Attendance
Management System for AIR INDIA
EXPRESS.
04 No. of Machines Required & Locations
13 machines. Kochi (HQ), Mumbai, Delhi, Trivandrum, Calicut, Kannur and Mangalore.
05 Scope of work The Scope includes supply and installation of
Biometric (Finger Print) based attendance
management system at the operating centers
of Air India Express. The raw data from the
device have to be stored in the central server
and it should be seamlessly integrated with
our own ERP, SAP.
06 Last date and time of submission of sealed bids
24.09.2019, 17.00 Hrs.
07 Place of submission Chief of Human Resources
Management, Air India Express,
Airlines House, Durbar Hall Road, Kochi,
Kerala 682016.
08 Bid System Sealed Two Bid System. Cover 1 – Technical Bid and Cover 2 – Commercial Bid as explained in this document.
Both covers should be submitted in a master
envelope super scribed with
“Bid for Biometric (Finger print) Based
Attendance Management System for AIR
INDIA EXPRESS- Tender No: AIR INDIA
3
EXPRESS/HR/BM/COK/2019/001”
09 Earnest Money Deposit 2% of total value of the contract shall be submitted along with the technical bid in the form of Demand Draft, drawn in favour of “Air India Express Limited” payable at Kochi.
Bids received without EMD shall be rejected.
10 Technical Bid opening date & time
25.09.2019 ,11.00 Hrs.
4
INDEX
Sl. No. Content Page No.
1 Introduction
5
2 Brief Scope of work
5
3 Pre-Qualification Criteria
6
4 Documents to be submitted
7
5 Technical Specification
8
6 Earnest Money Deposit
11
7 Training
11
8 Selection Process
12
9 Guidelines to Bidders
12
10 Responsibilities of Bidder
15
11 Support provided by AIR INDIA EXPRESS
15
12 Warranty
16
13 After sales service
16
14 Terms and Conditions
16
15 Annual Comprehensive maintenance contract (ACMC)
18
16 Verification by Air India Express Limited and Disqualification
19
17 Amendment of Bid Document
20
18 Benefit to Micro and Small Enterprises (MSES):
21
19 Security Deposit
21
20 Exemption from submission of EMD
22
21 Disclaimer
22
22 Formats for submission
23
5
1. Introduction
Air India Express Limited (AIXL), headquartered at Kochi, Kerala, is a wholly owned
subsidiary of Air India Ltd, and it operates the airline under the brand name: “Air India
Express”(AIXL) . It was launched as a low-cost carrier in April 2005, with the objective of
providing convenient connectivity, to short haul international routes, in the Gulf and South
East Asia at affordable prices. The airline’s target segments are the Indian expatriate,
budget travellers and leisure travellers. The airline aims at providing non-stop, no frills
service to its customers. The Airline’s vision at this time, is to become India’s most efficient
and preferred LCC on regional international routes; constantly exceeding passenger
expectations, in terms of quality, convenience and comfort. Our fleet consists of 25 state of
the art B737-800 aircraft. Currently, Air India Express flies to 13 international destinations.
2. Brief Scope of Work
The Scope includes supply and installation of Biometric (Finger Print) based attendance
management system at the operating centers of Air India Express at Kochi, New Delhi,
Mumbai, Calicut, Kannur, Mangalore, Thiruvananthapuram and headquarters of Air India
Express and the data to be collected to the head quarters located at Kochi through our
intranet / internet back bone. The raw data from the device have to be stored in the central
server and it should be seamlessly integrated with the our own ERP, SAP. The initial
enrolment of the finger print is under the scope of bidder and it should be in ISO format.
Each biometric device should have its own memory and all the logs shall be recorded in
the device. The proposed system shall work in the different offices and they can manage
the device and user through different user right. The proposed system should have 3 year
warranty and 3year CAMC after warranty.
The proposed system should work in client server architecture and all the data from the
biometric devices placed at various locations should be recorded in the central server
6
located at the HQ.
3. Pre-Qualification Criteria
1. The bidder may be either an OEM or OEM authorized representative of Biometric
Reader (duly certified OEM authorization shall be submitted along with the tender by
mentioning the tender details exclusively) for all the key items required for the system.
2. The prospective bidder should have a minimum of 5(Five) years of experience in
implementation of the Biometric Attendance Management System business.
3. The bidder/firm should have a turn-over of not less that Rs. 30 lakhs during the last
three financial years(2016-17, 2017-18 & 2018-19).
4. The bidder/firm should have sufficient technical expertise and logistics to execute the
project in different locations in Kerala and other cities preferably near to the locations of
Air India Express operational hubs like Kochi, Thiruvananthapuram, Calicut, Kannur,
Mangalore, Mumbai and New Delhi. Also should provide services to new locations that
arise in future.
5. The bidder should have local office in three major cities of Kerala and preferably near to
the locations of Air India Express Operational hubs like Kochi, Thiruvananthapuram,
Calicut.
6. The bidder should have ISO 9001:2015, 20000 and 27000 Certifications.
7. The bidder should have CMMI level-3 certification for software Design, Development,
testing, implementation, support etc.
8. The bidder/firm should have prior experience in executing similar projects (please
provide documentary evidence for executing two such projects). The bidder should
carry out projects worth 30L in a single PO or 15L worth two projects.
9. The bidder/firm should have supplied, installed and commissioned Attendance
7
Management System (AMS) at private/public organization within the recent last three
years and must have supplied, installed and commissioned AMS at state or central
Govt. PSU within last two years.
10. The firm is not blacklisted or debarred by Central &State PSU/any Government
organization.
11. All test certificates of biometric device shall be submit along with technical bid.
4.Documents to be submitted
1.Duly certified OEM authorization for all the key items required for the system by
mentioning the tender details exclusively for all the key items required for the system.
2. Proof of minimum of 5(Five) years of experience in the implementation of Biometric Attendance Management System business.
3. Audited Balance Sheet & Profit and Loss Account of the bidder for immediate last three
financial years as a proof for turn-over not less that Rs. 30 lakhs during the last three
financial years (2016-17, 2017-18 &2018-19).
4. The details of Offices /technical expertise and logistics available in different locations of
Air India Express Operational hubs like Kochi, Thiruvananthapuram, Calicut, Kannur,
Mangalore, Mumbai and New Delhi.
5. Proof of certificates for ISO 9001:2015, 20000 and 27000 shall submit along with
technical bid.
6. The proof for having CMMI level-3 certification for software Design, Development, testing,
implementation, support etc.
7. Documentary evidence in executing similar projects worth 30L in a single PO or 15L
worth two projects as evidence in supply, installation and commission of AMS at
private/public organization within the recent last three years(2016-17, 2017-18 &2018-
19).
8. The documentary evidence(s) like Purchase Order copies, acceptance / completion
8
report and user satisfaction certificate(s) with user contact details as evidence in supply,
installation and commission of Attendance Management System at private/public
organization during the past three financial years (2016-17, 2017-18 &2018-19).
9. The project completion certificates issued by state or central Govt. PSUs for projects
under taken in last 2 years.
10. Self-declaration in letter head as firm not been blacklisted by any Central / State
Government / PSU/ Public Authority or Organization.
11. All relevant test certificates of device like BIS, RoHS, CE, FCC, KC, REACH, WEE etc.
12. GST Registration no. , PAN/TAN no etc.
13. Certificate of incorporation/ registration of firm
14. Memorandum of Association, Article of Association or other related document to establish
the nature of business
5. Technical Specification Required
a. Specification of Biometric (Finger Print) Attendance Reader cum Access Control System CPU - 1.2GHz Quad Core
Memory - 2GB Flash + 256 MB RAM
Operating System - Embeded OS
Algorithm - MINEX certified and compliant
Fingerprint Sensor - 500dpi certified LFD OEM Optical Sensor (Scratch free)
Identification Speed - 3000 matches in 1sec VerificationTime - >1sec Verification Technology- Match on Card/ Match on device/Server Finger Print Capacity - 500,000(1:1), 100,000(1:N),
No of Finger Stored - One or more
Finger Rotation - +/- 45o Finger Displacement- +/- 5mm
Finger Print Size - 272 x 320 pixels
Log Capacity - 1,000,000
9
RF Card - 125 KHz EM, 13.56 MHz MIFARE/DESFire/DESFire / EV1/
Felica /NFC
Matching Methood - 1:1, 1:N,Auto
Authentication - Finger/PIN/Card, Finger+ Card FAR - 0.0001 FRR - 0.001
Network Interface - 10/100 Mbps LAN, RS485, Wirelesss LAN (optional) Wiegand - 1 channel (input/output switchable)
TTL I/O - 2 Chanel input Relay - 1Relay
LCD - 2” color TFT LCD, 220 x 176pixels
Keypad - Full capacitive keypad with T&A function keys Sound - 16bit Hi-Fi Operating Voltage - 12VDC through external power supply
Operating Temperature - -20o C to +50oC
Certification - CE, FCC, KC, RoHS, REACH,WEE
Note: The airports/ offices where network cabling is not available, to be provided with Biometric
machines /reader having internet enabled sim or with provision for wireless transmission
of data.
b. Terminal Management System Software
Control systems/ attendance recording machines, access control systems/ attendance
recording machines to be connected via TCP/IP or wirelessly to a local area network or
connected directly via serial connections or using WAN. User information, access rules, and
other data to be distributed to each device to speed up authorization time and provide
continual operation even when the connection to the network is lost.
Technology - Web based, .Net Framework 3.0 or better
Database - MS SQL/ MySQL/ Oracle/MariaDB Architecture - Web based No of Device Supported - 512 Nos
Client Support - Up to 100 nos of Client
Required Features
User authentication, User management, Access Group Management, Device Management,
Door and Elevator management, Zone management, Shift Management, Time & Attendance.
Reports - Daily Report, Individual Report, Result
Report, Edit Report for edited entries, Daily
Summary, Individual Summary.
10
Report ExportOption-
Adobe Acrobat (PDF), Crystal Report (RPT), HTML, 3.2 or 4.0 Microsoft Excel 97
2000 orMicrosoft Excel97-2000–data only (XLS), Microsoft Word or
MicrosoftWord–editable (RTF), Open Database Connectivity (ODBC),Report
Definition (TXT), RichTextFormat (RTF), Comma Separated Values (CSV), XML
C. Terminal Management Server
Attribute Specification Compliance
Processor Intel Core i5 8100 or better
Memory 2x4GB DDR4 RAM, expandable upto 64GB
Storage 1x1TB HDD with 7.2k rpm
Optical Drive Slim type DVD RW
Network interfaces 2x Integrated 1 GbE RJ-45 ports (no 10/100 Mb support)
I/O expansion slots PCIex16 and PCIex1
Ports 4x USB 2.0, 2x USB 3.0, 1x DB-15
VGA port, HDMI Port, Audio +Mic. Optional PS/2 ports
Power supply 260W
Graphics Intel® Integrated Graphics 630.
Operating systems Windows 10Pro 64bit
Warranty 3 year, 24*7
11
Note: The bidder can offer the specification which are required to run the application with complete capability than the indicated one.
Minimum USB Finger Enrollment Unit Specifications
Sensor - 500dpi Optical sensor
Interface - USB 2.0
OS Compatibility - Win 10/Linux 32bit and 64bit android
Ingress Protection - IP65
OperatingTemperature- -10 to 50oC
Image Format - RAW, BMP, WSQ,ISO19794-4
TemplateType - ANSI 378, ISO 19794 – 4 and
Certifications - CE, UL, BIS
6. EARNEST MONEYDEPOSIT.
6.1 EMD at the rate of two percentage of total contract value needs to be submitted by
way of Demand Draft in favour of “Air India Express Limited”, payable at Kochi and
should be submitted along with the Technical Bid. No other mode of payment is
acceptable.
6.2 EMD will not carry any interest. EMD of unsuccessful bidders will be refunded
within 45 days of award of contract. EMD of the successful bidder will be returned
without any interest, after receipt of Security Deposit or Bank Guarantee in lieu
thereof.
6.3 EMD will be forfeited in the event of a bidder withdrawing or modifying his bid after opening of the tenders and till completion of the tender process, and / or in the event of the successful tenderer declining to accept the Contract, or to pay the Security Deposit.
6.4 The Technical Bid would be rejected if it has been received without EMD or proof of submission or the EMD has been submitted in a mode other than as specified above, or a valid proof of exemption from submission of EMD has not been provided.
7. Training
Supplier shall provide training to a SPOC s(nominated by AIR INDIA EXPRESS
12
management) at each location for operation, setting of parameters and maintenance
of machines and the data.
8. SELCECTIONPROCESS
A two-stage selection process is involved in the process.
8.1 Stage1
A Committee will evaluate the Technical bids received from the bidders for conformity
to pre-qualification criteria by verifying the documents submitted. Commercial bids will
not be opened if technical bids are not qualified.
8.2 Stage2
Upon evaluation, the contract will be awarded to the bidder whose total contract
value (inclusive of all taxes) is the lowest (L1 bidder).
Note: In the commercial bid, if there is a difference in words & figures, the amount
quoted in words shall prevail. In the event of two or more than two parties quoting
the same amount and they happen to be L1, these parties will be asked to submit
revised quotes in sealed envelope within 24 hours to finalize the L1. However, in the
above context, if one of the parties is from the MSME category, that party will get
MSME advantage as per the laid down government policy.
9. GUIDELINES TO BIDDERS
9.1 Before submitting bid, bidders are requested to carefully examine the scope
of work. For any clarification / additional information please be immediately in
touch with Chief of HR Chief, Air India Express Head Quarters, DH Road,
Kochi, Kerala during working hours. You may also communicate Chief of HR
through e- mail: [email protected]. Telephone: 0484-2350165.
9.2 The bid application shall be downloaded from our website and filled the
detailed either typed or written in indelible ink. The bid and all
correspondence incidental to and concerning to the bid shall be in English
language only.
13
9.3 AIR INDIA EXPRESS reserves the right to modify the tender document by
amendment for any reason whatsoever at any time prior to the last date of
submission of bid and such amendments if any shall be hosted on the website
(http://www.airindiaexpress.in/) only.
9.4 The bidder who meets all the Pre-Qualification criteria may submit the bids in
sealed cover in the following manner.
a. The bidders must read the pre-qualification criteria carefully and should only
submit their bid if they consider themselves eligible and in possession of all
the documents required to prove their eligibility as per Pre-Qualification
criteria.
b. Bidders shall submit their bids in two parts (Technical Bid and commercial
/Price Bid)
c. Duly filled Technical Bid form (i.e., Annexure A) of this document along with
all documents/ proof mentioned under Pre-Qualification Criteria shall be
submitted in a separate sealed envelope super scribed with “Technical Bid
for Biometric (Finger print) based Attendance Management system -
(AIR INDIA EXPRESS/HR/BM/COK/2019/001)”. All pages of the tender
documents shall be signed by the applicant/authorized person in token of
acceptance of all the terms and conditions. The duly signed tender document
shall also be a part of the agreement to be signed in future with the
successful bidder. The technical bid should not contain any information about
the commercial/price bid. If the duly filled commercial bid or any information
related to commercial bid is found enclosed in the Technical Bid envelope
such bid is subject to rejection.
d. Duly filled Commercial/price bid form (ie. Annexure B) of this document should
be enclosed in a separate sealed envelope super scribed with“ Commercial Bid
for Biometric (Finger print) based Attendance Management system for AIR
INDIA EXPRESS - Tender No: AIR INDIA EXPRESS/HR/BM/COK/2019/001”
e. Both the envelops as mentioned above should be submitted in a sealed
14
master envelope super scribed with Bid for Biometric(Finger print) based
Attendance Management system for AIR INDIA EXPRESS - Tender No:
AIR INDIA EXPRESS/HR/BM/COK/2019/001” addressed to Chief of HR, Air
India Express, Airline House, Durbar Hall Road, Kochi, Kerala 682016. This
Master envelope should also mention the contact /address details of the
bidder with e-mail and telephone numbers.
f. The bid has to be submitted on or before 24.09.2019, 17.00 hours. Bids
received beyond the timeline will be rejected.
9.5 The rate quoted will be valid for a period of 90 days from the closing date of
submission of bid. The price offered shall remain firm till the completion of the
contract. Any request for increase in price shall not be entertained during the
period of this contract.
9.6 Incomplete bids are liable to be rejected at any stage. However, Air India
Express at its discretion may call for any clarification regarding bids submitted.
Air India Express at its discretion may also ask for the submission of any
additional/missing/incomplete document(s) within a stipulated time period. In
such case(s), the party shall have to comply with Air India Express’s
requirement within the specified time. In case of noncompliance to such
queries, the offer will be rejected without entertaining further correspondence
in that regard.
9.7 AIR INDIA EXPRESS reserves the right to accept or reject any or all bids without
assigning any reason
Whatsoever it may be and shall not be liable for any compensation to
expenses / loss incurred by the bidder in the process in whatever manner it
may be.
9.8 The technical bid will be opened at the Corporate HQ of AIR INDIA
EXPRESS at Kochi on 25.09.2019 at 11.00 hours. The bidders may like to be
present for the opening of the technical bid with proper authorization letter.
(Annexure –C). If the date fixed for opening of technical bid is subsequently
declared as holiday by Govt. of India/State Govt., the bid will be opened on
next working day, time and venue remain unaltered.
9.9 The technical bids received will be adjudged by a committee after opening
15
and assessing the pre-qualification criteria. If any party is unable to attend
technical opening and subsequent presentation in person, can send an
authorized representative.
9.10 On verification and evaluation of the technical bids, AIR INDIA EXPRESS will
communicate only to technically qualified bidders about the opening of the
commercial bid. The bidders may like to be present for the opening of the
commercial bid with proper authorization letter. (Annexure–C).
10. Responsibilities of Bidder
1. All the readers to be installed at the desired locations of the organization.
2. Initial enrollment of employees at each location is under the scope of bidder
3. ID card preparation and distribution is under the scope of bidder as and when
required by the Air India Express.
4. Necessary technical support to be provided online/offline for the smooth
working of the system during the warranty period.
5. The seamless integration of biometric attendance data with the ERP is under
the scope of bidder. The format of the required data will be provided by the Air
India Express.
6. If any locations are changing the bidder need to install the devices at the new
location, necessary charges for cables and other accessories will be paid by AIR
INDIA EXPRESS.
7. Identify the locations where machines with internet enabled sim to be installed.
11. Support provided by Air India Express for installation
1. Network and 230V AC UPS power point near to the attendance reader will be
provided.
2. Necessary civil and electrical work pertaining to the fixing of reader will be
provided as per contractor’s requirement.
3. The format data required for ERP interconnection will be shared, for linking with
ERP.
4. The necessary air-conditioned space for allocating server will be provided.
16
5. Static IP and leased line/ ADSL broad band/ Intranet for centralising the system
will be provided.
6. Necessary clearance will be provided if the location/offices is under the National
security areas.
7. All permits required for delivering the materials such as E-sugam/road permit
etc if any will be provided.
12.Warranty
The supplier warrants comprehensively that the goods supplied under the contract is
new, unused and incorporate all recent improvements in design and materials
prescribed otherwise by the purchaser in the contract. The supplier further warrants
that the goods supplied under the contract shall have no defect arising from design,
materials or workmanship or from any act or omission of the supplier that may
develop under normal use of the supplied goods under the conditions prevailing in
India.
a. This warranty shall remain valid for 3 years in general after the goods or any portion
thereof as the case may be have been delivered to the final destination and
accepted by the purchaser /consignee in terms of the contract.
b. Warranty as well as comprehensive maintenance contract will be inclusive of all
accessories.
c. Replacement and repair will be undertaken for the defective goods.
d. In the event of any rectification of the defect or replacement of any defective goods
during the warranty period, the warranty for the rectified/ replaced goods shall be
extended to a further 3 years from the date of such rectified / replaced goods starts
functioning to the satisfaction of the purchaser.
13) After sales service
After sales service center should be attended within 24 hours.
14) Terms and Conditions
14.1 Payment
60% upon delivery of Hardware Items
17
30% after successful installation
10% after the go live of the system
2. Delivery and installation within 45 days from the date of confirmed purchase order
3. Warranty 3 year from the date of final acceptance of the system.
4. The bidder should reserve the price of the items for 180 days after the initial
purchase.
5. The whole prices are inclusive of all taxes and levies, if any deviation in
the tax structure that will be paid as extra.
14.2 Termination / Exit Clause:
In case of unsatisfactory performance or breach of any of the clauses of this
contract, Air India Express would issue a notice of 30 days to the agency to
rectify the breach and improve the performance failing which Air India Express
shall be at liberty to terminate this agreement by providing a 30 days written
notice to the agency. The agency shall not have any right to dispute or question
the judgement of Air India Express of unsatisfactory performance of the agency.
Notwithstanding the above, Air India Express shall also be at liberty to terminate
this agreement for any reason including change in situation/ circumstances etc. by
providing to the agency a 30 days written notice. The agency shall also be at
liberty to terminate this contract by providing to Air India Express a 90 days
written notice. In such an event, the terminated agency shall have no right to
claim compensation/ damages etc. from the terminating party on account of early
termination. However, the agency shall duly comply with their respective
obligations during the notice period and thereafter shall discharge the obligations
arising out of the agreement till the termination.
Air India Express reserves the right to award the contract to any other agency on
termination of the awarded contract.
14.3 Arbitration:
Any dispute arising between the parties in respect of the construction,
18
interpretation, application, meaning, scope, operation or effect of this document or
the validity or breach thereof, shall first be settled by mutual consultation. If the
dispute remains unresolved after a period of 90 days from the date when the
mutual consultation has started, the matter shall be referred for settlement to
'SCOPE FORUM OF CONCILIATION AND ARBITRATION', Govt. of India, and
the award made in pursuance thereof shall be binding on the parties.
14.4 Jurisdiction
Any dispute whatsoever shall be subject to the jurisdiction of the courts of Kochi
Kerala, India, only.
14.5 Force majeure:
Neither party shall be liable for delay in performing obligations or for failure to
perform obligations if the delay results from any of the following (whether
happening in India or elsewhere) force majeure, Act of God or any Governmental
act, fire, earthquake, explosion, accident, industrial dispute, civil commotion, or
anything beyond the control of either party. The party shall use all reasonable
endeavours to minimize any such delay. Upon cessation of the event giving rise
to the delay the parties shall in so far as may be practicable under the
circumstance, complete performance of their respective obligations hereunder.
15. Annual Comprehensive Maintenance Contract (ACMC)
a. Annual Comprehensive Maintenance Contract (ACMC) which includes
preventative maintenance including testing and calibration as per technical/
service/operational manual of the manufacturer labour and spares after
completion of warranty period may quote for next 3 years on yearly basis for
complete equipment. The supplier shall visit the consignee locations once in 3
months during ACMC period.
b. The cost of ACMC may be quoted along with taxes applicable on date of tender
opening (ACMC price schedule attached as Annexure -D). The GST applicable,
to be specifically stated. In the absence of any such stipulation the price will be
taken inclusive of such taxes and no claim for the same will be entertained later.
19
16. Verification by Air India Express Limited and Disqualification
16.1 Air India Express Limited reserves the right to verify all statements, information
and documents submitted by the Bidder in response to the Bid Document and
the Bidder shall, when so required by Air India Express Limited, make available
in writing, all such information, evidence and documents as may be required by
Air India Express Limited for such verification. For the avoidance of doubt, Air
India Express Limited may at any time, in its sole discretion, seek any
clarifications and/or any additional information in writing from any Bidder
including the Successful Bidder which may be required by Air India Express
Limited to verify all statements, information and documents submitted by such
Bidder in response to the Bid Document. Any such verification or lack of such
verification by Air India Express Limited shall not relieve the Bidder of its
obligations or liabilities hereunder nor will it affect any rights of Air India Express
there under.
16.2 Air India Express Limited reserves the right to reject any Bid, right to blacklist
the Bidder and appropriate the entire Bid Security and Upfront Fee (as
applicable), if:
i. at any time, a misrepresentation is made or uncovered, or if a Bidder
gives incorrect/ inaccurate/ misleading information, or suppresses any
material information/ facts in its Bid;and/or
ii. it comes to the notice of Air India Express Limited at any time, that the
Bidder in the immediately preceding two (2) years from the date of
submission of its Bid, has failed to perform on any contract awarded to it by
Air India or Air India Express Limited, which is evidenced by imposition of a
penalty by an arbitral or judicial authority or a judicial pronouncement or an
arbitration award against it, or it has been expelled from any project or
contract awarded by Air India or Air India Express Limited or has terminated
any contract or project assigned to it by Air India / Air India Express Limited
due to a breach; and/or
iii. the Bidder does not provide, within the time specified by Air India
Express Limited the supplemental information, evidence and documents
sought by Air India Express Limited for evaluation of the Bid;and/or
20
iv. any act or omission of the Bidder results in violation of or non-
compliance with this Bid Document, or any other document referred therein or
issued pursuant thereto or any Applicable Law;and/or
v. any fraud and/ or corrupt practices (as defined under the Bid
Document) is made or the Bidder was declared as ineligible due to corrupt or
fraudulent practices in any prior bid process undertaken by Air India or Air
India Express Limited in the immediately preceding three (3) years, or has
been black-listed by Air India or Air India Express Limited;and/or
vi. the Bidder has been declared bankrupt, insolvent or has pending
against it, any litigation or proceedings, before any court or authority, in
relation to liquidation, dissolution or winding-up;and/or
vii. the Bidder does not furnish or provide the bank guarantee to Air India
Express Limited (as per the terms of Bid Document) or the bank guarantee
provided has lapsed or has been enforced by Air India Express Limited in
accordance with the terms of this Bid Document;and/or
viii. The Bidder is in breach of any provisions of the Bid Document.
17. Amendment of Bid Document
a. At any time prior to the Bid Due Date, Air India Express Limited may, for any
reason, whether at its own initiative or in response to clarifications requested by
a Bidder, modify the Bid Document by issuance of an addendum or a
corrigendum.
b. The Bidders shall keep themselves updated of any such addenda or
corrigenda by continuously visiting the website of Air India Express Limited.
c. Any addenda or corrigenda issued to the Bid Document will be in writing and
shall be accessible to all Bidders and shall be deemed to be part of the Bid
Document.
d. In order to afford the Bidders a reasonable time for taking an addendum or a
corrigendum into account, or for any other reason, Air India Express Limited
may, in its sole discretion, extend the Bid Due Date.
21
18. BENEFIT TO MICRO AND SMALL ENTERPRISES(MSEs):
As per Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 issued vide Gazette Notification No. 503 dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprise of Govt. of India, MSEs must be registered with any of the following in order to avail the benefits/preference available vide Public Procurement Policy MSEs Order, 2012.
i) District Industries Centres (DIC) ii) Khadi and Village Industries Commission (KVIC) iii) Khadi and Village Industries Board iv) Coir Board v) National Small Industries Corporation (NSIC) vi) Directorate of Handicraft and Handloom vii) Any other body specified by Ministry of MSME
MSEs participating in the tender must submit the certificate of registration with any one of the above agencies. The MSEs registered with District Industries Centers must submit the „Acknowledgement of Entrepreneur Memorandum (EM) Part-II‟ along with their bid. The MSEs registered with National Small Industries Corporation (NSIC) must submit the valid NSIC registration certificate along with their bid. The Micro and Small Enterprises not registered for the particular trade/item for which the tender is relevant, would not be eligible for exemption/preference. The registration certificate issued from any one of the above agencies must be valid as on close date of the tender. The successful bidder should ensure that the same is valid till the end of the contract period. The MSEs, who have applied for registration or renewal of registration with any of the above agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible for exemption/preference.
19.Security Deposit
The bidder who qualifies for award of contract will have to deposit five percentage
of the total contract value as interest free security deposit with AIR INDIA EXPRESS
within two weeks of receipt of the Contract. The Security Deposit is to be paid by a
Demand draft in favour of Air India Express Limited, payable at Kochi or by way of
execution of a Bank Guarantee for an equivalent amount. In case of submission of
Security Deposit by Bank Guarantee, it may please be noted that the original Bank
Guarantee has to be forwarded by the Bank directly to AIR INDIA EXPRESS
through registered AD. The expenses incurred towards submission of Security
Deposit/ Bank Guarantee will have to be borne by the agency/contractor. The
Security Deposit / Bank Guarantee will be refunded / returned after three months of
successful completion of deliveries mentioned in the contract and after adjusting
deductions/ penalties if any. Air India Express reserves the right to forfeit the
security deposit partly or fully in case of violation non fulfilment of agreement and
service conditions. The standard Bank guarantee format is enclosed as (Annexure-
E).
22
There is no exemption for submission of Security Deposit in case of MSME vendors.
Security Deposit is exempted for State and Central PSUs.
20. Exemption from submission of Earnest Money Deposit (EMD)
a) The MSEs registered with above-mentioned agencies/bodies are exempted from payment of Earnest Money Deposit (EMD).
b) EMD is exempted from bidders like State /Central PSUs.
21.DISCLAIMER
The information contained in this Tender or subsequently provided to
applicant(s)/bidder(s) whether verbally or in documentary or any other form
by or on behalf of Air India Express Limited, is provided to the
applicant(s)/bidder(s) on the terms and conditions set out in this Tender and
such other terms and conditions subject to which such information is
provided.
This Tender is not an agreement and is neither an offer nor invitation by Air
India Express Limited to the prospective applicant(s)/bidder(s) or any other
person. The purpose of this Tender is to provide interested parties with
information that may be useful to them in making their commercial offers
pursuant to this Tender. However this tender document shall be construed to
be the part of the agreement to be executed with the successful bidder.
Air India Express Limited make no representation or warranty and shall have
no liability to any person, including any applicant or bidder under any law,
statute, rules or regulations or tort, principles of restitution or unjust
enrichment or otherwise for any loss, damages, cost or expense which may
arise from or be incurred or suffered on account of anything contained in this
Tender or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the Tender and any assessment, assumption,
statement or information contained therein or deemed to form part of this
Tender or arising in any way in the tender process.
Air India Express Limited also accepts no liability of any nature whether
resulting from negligence or otherwise howsoever caused arising from reliance
of any applicant or bidder upon the statements contained in this Tender. Any
information/documents including information/documents pertaining to this
Tender or subsequently provided to applicant(s) or bidder(s) and/or successful
bidder AND information/ documents relating to the bidding process; the
disclosure of which is prejudicial and/or detrimental to, or endangers, the
implementation of subject program is not subject to disclosure as public
23
information/ documents.
22.FORMATS FOR SUBMISSION
ANNEXURE – A
TECHNICAL BID
FORMAT
(ON BIDDER’s LETTER HEAD)
Ref.No. ………………… Date : ……… To
Chief of HR, Air India Express, Airline House, Durbar Hall Road, Kochi Kerala 682016
REF: TENDER NO.: AIR INDIA EXPRESS/HR/BM/COK/2019/001
Dear Sir/Madam, I/We, the undersigned applicant, have read, examined and understood in detail the bid for Biometric based Attendance system(Finger print) for Air India Express. As a token of our acceptance of all the terms and conditions, I/We have signed all the pages of the document.
I/We confirm having submitted the details in support of qualifying criteria as required by you along with this application and necessary documents. In case you require any further information in this regard, I/we agree to furnish the same. I/We hereby declare that I/We was/were never blacklisted by any Central / State Government/PSU/Public Authority or Organization and not involved in any major litigations that may have an impact of affecting/compromising the delivery of services as required under this tender. I/We understand that we are bound to accept all terms and conditions of this tender. I/We hereby declare that all the information and statements submitted in this bid are true to the best of my/our knowledge and accept that any misinterpretation contained in it may lead to our disqualification.
24
Yours sincerely,
Signature, Name & Designation
Annexure-A
Sl. No.
Description
01 Name of Bidder
02 Date of Establishment
03 Name of Directors / Partners
04 Address of Regd. Office,email Id,
Web Site /URL(if any),Phone no.
05 Address of offices in other places.
06 Authorised Person to be contacted
Name: Designation: Tel: Fax: Mobile: E-mail:
07 PAN & GST
Registration Number
08 Are you an OEM or OEM authorized representative of Biometric reader. If yes specify.
YES
Specify:
NO
09 Have your company/firm been in the business of supplying biometric machines and their services for a period of at least five financial years as on
31st March 2019.
YES NO
10 Specify the number of completed years in the
above business.
25
11 Whether your company/ firm has
generated an average of Rs. 30L in
a single PO or 15 L worth two
projects turnover per annum during
the past three financial years (2016-
17,2017-18 & 2018-19.(Documents
to be attached)
YES NO
12
Please specify Total turnover of the organization
(Amount in INR – in words and
figures.
2016-17
2017-18
2018-19
13 Do you have offices/ technical
support services at Kochi, Mumbai,
New Delhi, Trivandrum, Mangalore
& Calicut.(If Yes details)
YES NO
14 Have you supplied your machines to any of Central/ State Government Department/ PSU in last 2 years.
YES NO
15
Please specify the details of the Central/ State Government Department(s)/ PSU(s) to whom you have supplied and the machines and services by our company/firm and when.
16 Whether you are having
ISO9001:2015,20000 and 27000
certifications.
YES NO
17 Whether you have CMMI level 3 certification for software Design, Development, Testing, Implementation and support etc.
YES NO
18 List of Enclosures as per pre-qualification criteria.
19 Are you eligible for exemptions under Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 issuedvide Gazette Notification No. 503 dated 23.03.2012
by Ministry of Micro, Small and
Medium Enterprise of Govt. of
India
YES NO
If yes please give details and submit the proof for the
same.
20 Details of EMD
Authorised
26
Signatory Seal:
Date:……………………………………………………. Place:……………………………………………………
27
ANNEXURE – B
COMMERCIAL BID FORMAT
(ON BIDDER’s LETTER HEAD)
Ref.No. ………………… Date : ……… To Chief of HR, Air India Express,Airline House, Durbar Hall Road, Kochi Kerala 682016
REF: TENDER NO.: AIR INDIA EXPRESS/HR/BM/COK/2019/001
Sl.no. Particulars Quantity Required (Nos)
Unit price (INR)
GST
Unit price including
GST (INR)
TOTAL Amount (INR)
Supply portion
1 Biometric attendance punching
reader( per piece)
Note- The unit price of internet
enabled reader for airports should
be quoted separately.
13
2 Metal Cover for Reader 13
3 PC with core i5-6500/2x4GB RAM/1TB HDD /on Board graphics/DVD RW/Win 10pro/18.5 TFT monitor/usb wired key boards and mouse/Antivirus with one year licence,600VA UPS.
01
4 Scanner for enrollment of fingers 0 2
5 Terminal management software 01
6 Power cabling As required
7 Network cabling comprising of
CAT 6 UTP
As
required
28
8 Casing and caping As
required
9 ERP integration tool 01
10 Electrical accessories for power
wall mountable power supply like
switch, socket frames etc.
13
Installation/ service portion
11 Finger print enrollment and
personalizing
500
12 Installation and testing of the
system
13
13 Others if any.
Grand Total
Sd/AuthorizedSignatory Company Seal and address
29
(ON BIDDER’s LETTER HEAD)
Dear Sir/Madam,
I/We, the undersigned applicant, have read, examined and understood in detail the bid document for Biometric based Attendance system (Finger print) for Air India Express.
I/We understand that the Commercial Bids of bidders will be opened and evaluated
only if pre-qualification criteria are met.
I/We understand that the contract will be awarded to the bidder whose total contract
value (inclusive of all taxes) is the lowest (L1 bidder).
I/We hereby confirm that the rate quoted against this tender includes Procurement, Installation, configuration and commission of machines. The cost of ACMC to be quoted separately will be added for Ranking/Evaluation purpose.
I/We understand that the total Amount quoted in Annexure B and the amount quoted in Anneuxre D for 3 years (including GST) will be added to determine L1.
I /We also confirm that the rate quoted will be valid for a period of 90 days from the closing date of submission of bid. The price offered shall remain firm till the completion of the contract. I/We understand that request for increase in price shall not be entertained during the period of this contract. I/We understand that the agency has to deploy at least one person as the exclusive
single point contact for all the activities.
I/We hereby declare that all the information and statements submitted in this bid are true to the best of my/our knowledge and accept that any misinterpretation contained in it may lead to our disqualification.
Yours sincerely,
Signature, Name &
Designation Company Seal
30
and address
ANNEXURE –C
AUTHORIZATION LETTER FOR ATTENDING BID OPENING
(ON BIDDER’s LETTER HEAD)
Ref.No. ………………… Date : ……… To
Chief of HR Communications Air India Express, Airline House, Durbar Hall Road, Kochi Kerala 682016
REF: TENDER NO.: AIR INDIA EXPRESS/HR/BM/COK/2019/001
Dear Sir/Madam, The following person(s) is/are hereby authorized to attend Technical/ Commercial Bid opening of subject tender.
Sl.No Name E-Mail Contact Number Signature
Yours sincerely, Signature, Name & Designation
31
NOTE:
1. Permission for entry to the Hall where bids are opened may be refused incase authorization as prescribed above is not received. 2. The authorized representatives, in their own, interest, must reach venue of bid opening well in time.
3. The authorized representatives must carry a valid photo identity. 4. Separate authorization letters would be required for Technical and Commercial Bid opening.
32
ANNEXURE –D
PRICE SCHEDULE FOR COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD
SL.NO
BRIEF DESCRIPTION OF GOODS
QUANTITY
1ST
YEAR 2nd YEAR 3RD
YEAR
TOTAL COMPREHENSIVE MAINTENANCE CONTRACT COST FOR THE SPECIFIED NO. (G+K+O)
A B C D E F G H I J K L M N O P
Maintenance cost per unit
GST
Cost including GST per unit (D+E)
Total cost for the quantity(CxF)
Maintenance cost per unit
GST Cost including GST per unit (H+I)
Total cost for the quantity(CXJ)
Maintenance cost per unit
GST
Cost including GST per unit (L+M)
Total cost for the quantity (CXN)
1. The cost of Annual Comprehensive Maintenance contract which includes preventive maintenance including testing and calibration as per technical/ service /operational manual and labour after satisfactory completion of warranty period may be quoted for next 3 years on yearly basis for complete equipment.
2. The cost of ACMC may be quoted along with taxes applicable.
3. The cost of ACMC will be added for Ranking/Evaluation purpose.
4. All software updates should be provided free of cost during ACMC period.
Sd/AuthorizedSignatory Company Seal and address
33
ANNEXURE –E
BANK GUARANTEE FORMAT FOR SD/BG To Chief of HR Air India Express Ltd -------------------------------- -------------------------------- WHEREAS ………………………………………………………………………... (name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of contract no…………………………… dated …………….. to supply (description of goods and services) (herein after called “the contract”). AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract; AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW THEREFORE, we …………………………………. Bank, hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of …………………………………………….………… ( amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed thereunder or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the ………… day of ……… 20….….. Materials Management Department
(Signature of the authorized officer of the Bank) …………………………………………………. Name and designation of the officer …………………………………………………. …………………………………………………. Seal, name & address of the Bank and address of the Branch