REQUEST FOR PROPOSAL (RFP) Name of work: Facility...

63
REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance (Common Areas) of Passenger Terminal Building at Kempegowda International Airport Name and address of the entity seeking proposal: Bangalore International Airport Limited. Administration Block, Alpha 2 Kempegowda International Airport, Bengaluru Bengaluru – 560 300 India Person responsible for receipt of proposal, process and information: DGM – Procurement & Contracts, Bangalore International Airport Limited E-Mail: e&[email protected]

Transcript of REQUEST FOR PROPOSAL (RFP) Name of work: Facility...

Page 1: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

REQUEST FOR PROPOSAL (RFP)

Name of work: Facility Maintenance (Common Areas) of Passenger Terminal Building at Kempegowda International Airport

Name and address of the entity seeking proposal: Bangalore International Airport Limited. Administration Block, Alpha 2 Kempegowda International Airport, Bengaluru Bengaluru – 560 300 India

Person responsible for receipt of proposal, process and information: DGM – Procurement & Contracts, Bangalore International Airport Limited E-Mail: e&[email protected]

Page 2: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

DISCLAIMER 1. The information contained in this RFP document or subsequently provided to the

Bidders, whether verbally or in documentary or any other form by or on behalf of Bangalore International Airport Limited (‘BIAL’) or any of its employees or advisers, is provided to the proposers on the terms and conditions set-out in this RFP, and such other terms and conditions subject to which, such information is provided.

2. This RFP is neither an agreement, nor, an offer by BIAL to the prospective Bidders

or any other person. The purpose of this RFP is to provide the Bidders with the information, that may be useful to them, in the formulation of their Proposal. This RFP includes statements, which reflect various assumptions and assessments arrived at by BIAL in relation to the work. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all the persons, and it is not possible for BIAL, its employees or advisers to consider the objectives, technical expertise and particular needs of each party, who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis, and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP, and obtain independent advice from appropriate sources.

3. Information provided in this RFP to the proposers are on a wide range of matters,

some of which, depend upon the interpretation of laws. The information given, is not an exhaustive account of statutory requirements, and should not be regarded as a complete or authoritative statement of law. BIAL accepts no responsibility for the accuracy, or otherwise for any interpretation or opinion on the law expressed herein.

4. BIAL, its employees and advisers make no representation or warranty, and shall

have no liability to any person including any proposer under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this award process.

5. BIAL also accepts no liability of any nature, whether resulting from negligence or

otherwise, however caused, arising from reliance of any Bidder upon the statements contained in this RFP. It is the responsibility of the Bidders to make their own assessment in preparing their Proposals.

6. BIAL may, in its absolute discretion, but, without being under any obligation to do

so, update, amend or supplement the information, assessment or assumption contained in this RFP.

7. The proposer/Bidder shall bear all its costs associated with or relating to the

preparation and submission of its Proposal including, but not limited to preparation, copying, postage, delivery fees, communications, expenses associated with any demonstration or presentation, which may be required by BIAL or any other cost incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Bidder, and BIAL shall not be liable in any manner whatsoever,

Page 3: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

3

for the same, or, for any other costs or, other expense, incurred by any Bidder, in preparation or submission of the Proposal, regardless of the conduct or outcome of the selection process.

8. BIAL reserves the right to accept or reject any or all Proposals; qualify or disqualify

any or all proposers without giving any reason, and is not obliged to correspond with any Proposer in this regard. Further, BIAL reserves the right to relax, change, review, revise or/and cancel the eligibility criteria and the RFP process, at any time, without prior notice or without assigning any reason whatsoever. This invitation for RFP does not give rise to any right in rem, and is not an offer or invitation to offer.

9. BIAL will not entertain any claim for expenses in relation to the assimilation,

preparation, communication of any Proposal pursuant hereto. 10. BIAL at its absolute discretion, reserves the right, until the closure of the Proposal

submission, to modify any proposed terms and conditions set-out in the RFP as necessary, including but not limited to cancelling/withdrawing the RFP, to meet its objectives and principles as set-out below in this section.

Page 4: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

4

TABLE OF CONTENTS PART I

1.0 Introduction 2.0 Objective

3.0 Instructions to bidders

4.0 Scope

5.0 Evaluation criteria & proposal submission requirements

6.0 Award of process

ANNEXURE A: LETTER OF UNDERTAKING ANNEXURE B: FIRM/COMPANY BACKGROUND DETAILS ANNEXURE C: DOCUMENTS TO BE FURNISHED ANNEXURE D: OPERATIONS STRATEGY ANNEXURE E: FINANCIAL PROPOSAL Annexure F: List of HR Compliances SCHEDULE- I: SCOPE OF WORK & STANDARDS SCHEDULE- II: SCHEDULE OF QUANTITY SCHEDULE- III: QUALITY CONTROL & PERFORMANCE MANANGEMENT SCHEDULE IV: ASSESSMENT BY BIDDERS

Page 5: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

5

1. INTRODUCTION 1.1 Kempegowda International Airport, Bengaluru

Bangalore International Airport Limited (‘BIAL’), the owner and operator of the Kempegowda International Airport, Bengaluru (the ‘Airport’), a company registered under the Companies Act, 1956. The Airport is built and is being operated at the best international standards. BIAL is committed to establishing this Airport as one of India’s leading airports, in terms of quality and efficiency and set a benchmark for the future development of Indian airports and also services to its passengers. The Airport is currently the third largest airport in India.

Further, more information about the Airport can be viewed at

www.bengaluruairport.com.

2. OBJECTIVE

BIAL is interested in receiving Proposals from suitably qualified and experienced facility management companies/ firm/ service providers for providing the Facility Maintenance (Common Areas) of Passenger Terminal Building (hereinafter referred to as “Maintenance Service”) at the Airport, on the terms and conditions contained in this RFP. The Proposal shall comply with standards listed in the technical specification of the RFP. Based on the final evaluation of the Proposal, detailed work order will be issued and contract will be awarded to the successful Bidder for the Maintenance Service, at the Airport.

3. INSTRUCTIONS TO BIDDERS

The Bidders shall submit a valid and binding Proposal for the Maintenance Service on or before the Due Date (defined later). 3.1 BIAL has adopted the following tentative schedule for submission of the

Proposals, selection and award of tender under this RFP: Description and Tentative Dates: Sl. No Heading Date

1 Date of Issue of RFP 6th March 2015

2 Site Visit by Bidders 9th to 19th March 2015

3 Last date for queries from bidders 20th March 2015

4 Pre Bid meeting 23th to 27th March 2015

5 Reply by BIAL 27th March 2015

6 Period of submission of proposals 27th March to 3rd April 2015

Page 6: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

6

3.2 Due Date Bidders shall submit the duly signed and sealed hard copy & a soft copy of the technical and financial Proposal, for a period of three years (by courier, registered post or by hand delivery) in writing and in separate sealed covers, during 0900 to 1700 hours Indian Standard Time, from 27th March to 3rd April 2015 which is the Due Date, to BIAL at the following address: Bangalore International Airport Limited Administration Block, Alpha 2 Kempegowda International Airport, Bengaluru PIN - 560 300 India Attention: DGM- Procurements & Contracts, Bangalore International Airport Limited. Email: e&[email protected] Any Proposal submitted by either facsimile transmission or e-mail is not acceptable received after the Due Date will be summarily rejected.

3.3 Performance security

In order to ensure the due performance of the successful Bidder, the successful Bidder, shall provide a performance bank guarantee, equivalent to ten (10%) percentage of the contract value not later than seven (7) working days, from the date of award of the Tender. In the event the successful Bidder fails to furnish the performance bank guarantee, BIAL will deduct amount equivalent to the performance bank guarantee from first bills payable to the successful Bidder and the same will be converted as performance security deposit. The performance bank guarantee or security deposit will be refunded after three (3) months of the expiry of the Term. The performance security deposit will not carry any interest.

3.4 Queries from Bidders If discrepancies or omissions are found by any Bidder, or there is a doubt as to the true meaning of any part of this RFP, a written request for a clarification or interpretation must be submitted to BIAL and the same shall reach BIAL on or before 20th March 2015. Any query or clarification related to this RFP, must be made by email to the following email address: Email: e&[email protected] Copies of BIAL’s response shall be forwarded via email to all the Bidders to the email address provided to BIAL, with a description of the enquiry; but, without identifying its source. Further, BIAL in no way gives any guarantee or assurance to give response to all the query raised by the Bidders, but may respond only to the relevant query, which BIAL may decide at its sole discretion.

Page 7: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

7

3.5 Addendum/Corrigendum

3.5.1 At any time prior or after the closure of the Due Date, BIAL may, for any reason, shall have the right to modify the RFP by issuing Addendum/Corrigendum. Any Addendum/Corrigendum issued, shall be a part of this RFP pursuant to this Clause, and shall be uploaded in the web or communicated in writing by email or by fax to all the Bidders.

3.5.2 In order to afford the Bidder’s reasonable time to take an amendment

into account, or for any other reason, BIAL may, at its sole discretion, extend the Due Date for submission of the Proposals, in which case, all rights and obligations of BIAL, and the Bidders previously subject to the original deadline will thereafter be subject to the extended deadline.

3.5.3 In case of issuance of Addendum/Corrigendum, BIAL may also modify

the other dates in relation to this RFP. 3.5.4 In case, after issuance of Addendum/Corrigendum, the Bidder, who

have already submitted their Proposals, do not resubmit their Proposal, but can submit the modification, if desired by such Bidder, in accordance with the terms and conditions of this RFP, to the extent of Addendum/Corrigendum, and the same shall be treated as part of already submitted Proposal. if the Bidder, who have already submitted their Proposals, do not wish to modify their Proposal, pursuant to the Addendum/Corrigendum, it shall be deemed that, such Bidder do not intend to modify their Proposals submitted, on the basis of the Addendum/Corrigendum and the Proposal submitted by such Bidder shall be treated as final proposal submitted by them.

3.6 In the event that BIAL is required to issue a Corrigendum or an Addendum to

the RFP, all Bidders are required to provide, additional and/or supplementary information relevant to the Corrigendum or Addendum in accordance with the corrigendum and addendum and on the same name submitted along with the original proposal.

3.7 Proposal Validity Period

The Proposal shall be unconditional, firm and valid for a period of 90 (Ninety) days from the date of opening of Proposal. Any Proposal, which have validity lower than that specified above, shall be rejected by BIAL as being non-responsive. However, in exceptional circumstances, if the process of the award of contract is not completed within the initial proposal validity period of 90 (Ninety) days, BIAL may request the Bidders to extend the Proposal beyond the proposal validity period by an additional period of 60 (Sixty), and BIAL shall, at least seven days prior to the expiry of the initial period of 90 (Ninety) days, notify the Bidders accordingly. A Bidder may refuse the request without forfeiting the bid security. A Bidder agreeing to the request shall not be permitted to modify its bid, but shall be required to extend the validity of its Proposal. All the terms of the RFP process shall continue to be applicable during the extended period of validity.

Page 8: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

8

3.8 Inspection The Bidders are advised to visit and inspect the Airport, all location, premises and its surroundings and obtain for itself on its own responsibility and cost, all information that may be necessary for preparing the Proposal. Further, it shall be deemed that, the Bidder has made itself aware of the working conditions and other requirements of the respective locations, and the Airport and is aware of the facts, prior to submission of the Proposal. Further, during the visit the Bidders are advised to understand the locality, facility and for proper quantification of the required resources for the due performance of scope of service mentioned in the RFP. Bidders can request for a site visit with prior permission from BIAL during the time line mentioned in the RFP.

3.9 Responsibility of Bidders:

3.9.1 The Bidder agrees that, all information pertaining to BIAL’s business

and other information provided by BIAL are confidential information of BIAL and the same shall be kept confidential and shall not be disclosed to any third party without the prior written approval of BIAL.

3.9.2 This RFP has been designed so that the Bidders can follow a step-by-

step process from Proposal preparation, to submittal, to evaluation and award. Each Bidder shall conduct its own investigations and analysis; examine the accuracy, reliability and completeness of the information provided in this RFP.

3.9.3 The Bidder shall examine and understand the RFP document and to

verify its completeness. In the event that, there is any page or document obviously missing, or, erroneously inserted in the document supplied, the Bidder shall apply to BIAL to have such discrepancy rectified well before the Due Date.

3.9.4 The Bidder shall make all relevant investigations in relation to the

performance of its obligations pursuant to the bidder’s right. 3.9.5 The Bidder shall obtain and verify any and all information required by

it, for the purpose of completing the RFP, prior to submitting the Proposal.

3.10 Letter of Intent BIAL may issue a Letter of Intent upon completion of the tender process intimating the Contractor and upon such issuance the Contractor shall obliged to enter into an Agreement within the timeline as mentioned therein.

Page 9: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

9

4. SCOPE

Successful Bidder’s Scope of Works

The successful Bidder shall provide the Maintenance Service, at the Airport, as detailed out in SCHEDULE I, II & III. At any time during the Term of the agreement, BIAL shall have the right to add or reduce the Scope or suspend, partially or in full, the Scope of service.

4.1 Obligation of the Successful Bidder

4.1.1 provide the Maintenance Service to the common areas of Passenger Terminal Building at Kempegowda International Airport at the Airport in professional manner and as detailed in the Scope of work;

4.1.2 comply with all the applicable laws relating to labour as mentioned in

Annexure F; 4.1.3 ensure timely compliance of all the applicable laws /rules/other guidelines

safety enactments and guidelines etc. 4.1.4 hold or obtain all the relevant and applicable licenses, permissions,

approvals, registrations and sanctions from the governmental authorities; 4.1.5 undertake, comply with and perform all its obligations under the agreement 4.1.6 appoint and roster required number of qualified employees, supervisors,

managers for discharging the Maintenance Service; 4.1.7 at its own cost and expenses, apply and get all required licenses,

permissions, sanctions etc. for the performance of Airfield Debris Management Services;

4.1.8 apply and obtain Airport Entry Pass, conduct the back ground verification,

transport, protective glows, shoes, accommodation, communication facility, and food for all the employees deployed at the Airport;

4.1.9 adhere to the safety code as well as all other regulation applicable to safety

in discharge of Airfield Debris Management Services; 4.1.10 Comply with the applicable law relating to aviation and environment;

4.1.11 be liable for any damages to property or personal injuries, which are a result

due to the gross negligence and misconduct of its employees; 4.1.12 be liable for the defective or deficiency in service for Airfield Debris

Management Services, and caused either directly, or by its representatives or by its employees;

4.1.13 obtain adequate and sufficient insurance coverage/group insurance/ESIC for

all its employees deployed at the Airport, against any accident or for any unanticipated event i.e., death/injury/ disablement at work etc. and the same shall be renewed from time to time; and

Page 10: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

10

4.1.14 not to do or omit to do any act, deed or thing which may in any manner be

violate any applicable law related to aviation and Airport. 4.2 Term

The successful Bidder shall provide the Maintenance Service for a period of one (1) year, as per the scope of work, from the date of commencement of work. The term may be reduced or extended for such further period at the sole discretion BIAL. The Term of the contract may be extended for another period of two (2) years with mutual consent.

4.3 Taxes

The successful Bidder shall pay all contributions, applicable taxes and premiums

payable under the Applicable Laws, during its performance under the Agreement and transportation, and any other expenses directly or indirectly met by the successful Bidder.

4.4 Assignment and Subcontracting

The successful Bidder, during the Term, shall not assign or subcontract any portion of the Scope of work to any other party.

5. SELETION & EVALUATION CRITERIA AND PROPOSAL SUBMISSION REQUIREMENTS 5.1 SELECTION CRITERIA:

a) To participate in the tender process, the Bidders should have minimum five years’ experience in providing the Facility Maintenance Services to the airports/major corporates/PSU etc.

b) In addition, the agency shall hold experience of completing similar services, in

the last three (3) years for the minimum value as mentioned below:

i) 1 (one) work of value not less than 3 Crores Or

ii) 2 (two) works of value not less than 2 Crores each or

iii) 3 (three) works of values not less than 1.5 Crore each c) each bidder shall meet the above requirement and shall submit the documentary

proof for the same. In the event BIAL finds that, the Bidders are not meeting the above requirements the proposal submitted by such bidders shall be rejected.

5.2 EVALUATION CRITERIA: BIAL intends to select only serious and committed Bidders

for entering into an Agreement with BIAL. Accordingly, the Bidders shall ensure that, sufficient information is provided to enable BIAL to make judgments about their suitability. In assessing the Proposals submitted, BIAL shall have regard to the quality and level of information provided by the Bidders.

Page 11: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

11

5.3 Evaluation Criteria and weightage:

Sl. No Criteria Weightage (%)

1 Financial Proposal 50%

2 Financial Strength (turnover, liquid cash and profit) and minimum annual turnover

5%

3 Understanding Scope of Work and Proposed Operation Strategy, workforce deployment, contingency plan, work schedule, requirement of cleaning materials, (including operation and maintenance of cleaning equipment and machineries) etc. by the Bidder for this Service.

30%

4 Details of infrastructure. Should have minimum of 600 trained employees on role and Detail of training facilities and process.

10%

5 Correctness, Presentation and Completeness of the proposal

5%

From the time the submission of the Proposals to the time the award of tender, the Bidders should not contact BIAL on any matter related to its Proposal. Any effort by the Bidder to influence BIAL in the examination, evaluation, ranking of the Proposals, and recommendation for award of the contract shall result in the rejection/disqualification of the Bidder’s Proposal. BIAL shall evaluate the Proposals of only those Bidders, who have satisfied the criteria and complied with the other requirements of this RFP in a fair and unbiased manner. BIAL may also consider the past performance of the Bidder, and its constituent individuals or entities as applicable, on other contracts with BIAL in terms of quality of its operation and management.

5.4 Grounds of Disqualification:

In addition to BIAL’s rights to disqualify any Bidder as set-out elsewhere in this RFP, BIAL shall have the right, in its sole discretion, to disqualify any Bidder, and reject its Proposal including, but not limited to any one or more of the following grounds:

5.4.1 Declaration of the Bidder as ineligible due to past corrupt or fraudulent

practices, in any tender/bid process. 5.4.2 The Proposal not being accompanied by any supporting document/s or

Annexure/s, required to be submitted in accordance with this RFP. 5.4.3 Failure to comply with the requirements of the RFP, or the Proposal being

non-responsive to the requirements of the RFP. If the Proposal is not signed, sealed and marked or does not contain all the information as requested in the RFP, or in the format as specified in the RFP or Annexure/s, BIAL may reject the Proposal as non-responsive.

5.4.4 If the Bidder submits incorrect/inaccurate/misleading, false information,

misrepresentation, in its Proposal which is in the sole opinion of BIAL, is material information.

Page 12: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

12

5.4.5 if the Bidder is black listed or debarred by any major corporates or by the any governmental agency

5.4.6 if the Bidder is not having an office/presence in the state of Karnataka 5.4.7 Any Proposal is received after the timeline as set-out in this RFP.

5.5 Format/Submission of Proposal:

The Bidders shall submit a valid and binding Proposal (both soft and hard copy) for a period of three (3) years in two separate covers, clearly mentioning “Technical Proposal” & “Financial Proposal” for, and the Proposals must be marked as:

“PRIVATE AND CONFIDENTIAL”

PROPOSAL FOR the maintenance of “Facility Maintenance (common areas) of Passenger Terminal Building” at the Airport. Bidder are required to submit its Financial proposal for two different Modules for the shall submit the financial proposal for two (02) options: 1. Financial Proposal for Maintenance Services including the cost of cleaning

materials, consumables, spare parts, operation and maintenance of cleaning equipment and machineries etc. And

2. Financial Proposal for Maintenance Services using cleaning materials, consumables, spare parts, machinery, equipment etc. provided by BIAL. Both the financial proposal shall be enclosed in a single envelope and marked as “Financial Proposal”

5.5.1 The Proposal shall consist of the following details in the same order:

Technical Proposal:

a) An undertaking by the Bidder, confirming that there is no litigation pending

and complied with the applicable laws. Annexure A b) Firm/Company background in accordance with the details contained in

Annexure B c) Certified copy of the documents as detailed in Annexure C; d) Operations strategy including, deployment of staff and key personnel in

accordance with details as set-out in Annexure D; e) Any other information as may be necessary to convey Bidder’s ideas, and

wherever applicable, to provide any relevant additional/further information.

Financial Proposal: f) Format of the financial Proposals as per Annexure E

Page 13: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

13

6. AWARD OF PROCESS 6.1 BIAL will conduct the award process in a fair and non-discriminatory manner and

BIAL will award the contract to the successful Bidder, who has offered the best Proposal to BIAL, in accordance with this RFP. BIAL reserves the right to negotiate with the selected Bidder/s during the selection process.

6.2 BIAL will issue a Letter of Intent to the selected Bidder pursuant to the conclusion

of the bidding process as contemplated in clause 3.11 of this RFP. Following the issue of the Letters of Intent to the selected Bidder, to the address mentioned in the Proposal, and the selected Bidder shall enter into the Agreement within the period notified under the Letter of Intent. Any change of address of the Bidder should be promptly notified to BIAL. However, if the selected Bidder fails to execute the Agreement within the timeline identified in the Letter of Intent, BIAL shall have the right to execute the Agreement with such Bidder, who has offered the next best advantageous Proposal to BIAL.

Page 14: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

14

ANNEXURE A Letter of Undertaking Date: [Please insert] We, (Name of the Bidder), hereby declare that, we have read and understood the terms and conditions set-out under the RFP. The terms and conditions therein are acceptable to us. We further declare that, there is no pending/previous litigation against us, which would prevent us from fulfilling the terms and conditions of the Agreement, in the event BIAL awards the tender and executes the Agreement with us. We further declare and confirm that, we are aware and is having all the required Licenses & Permits and clearances for undertaking our obligations pursuant to the Agreement, under the Applicable Laws and agree to abide with the same. We further declare and confirm that, we have never been debarred or blacklisted by any legal entity, pursuant to any business activity undertaken with them or, in relation to any participation by us, in any tender called by them. Capitalized terms used herein, shall have the meaning ascribed to them in the RFP. Authorised Signatory of the Bidder Stamp

Page 15: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

15

ANNEXURE B Firm/Company Details

(a) detailed Firm/Company profile/History and capability; (b) Promoters and Existing Shareholding Pattern; (c) Copy of the present contract and customer satisfaction reports with contact number

and address (d) Organization structure, details of skilled man power to be engaged for the execution

of the Maintenance Work (e) Countries / Cities of Operations and address; (f) Management Strategy; (g) Total Turnover for the last three years and certified true copy of the audited

balance sheet for the past three years.

Page 16: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

16

ANNEXURE C Documents to be furnished

Certified true copy of the:

I. Certificate of Incorporation and registered office address; II. In case of company Memorandum & Articles of Association and incase

of other entities relevant document. (i.e. Registration Certificate, Partnership Deed (if bidder is a partnership firm etc.)

III. Certificate of Registration of Establishment issued by the Labour Department.

IV. Copy of Pan Card, service tax registration certificate; V. Copy of PF and ESI registration; VI. Details of the existing contract with major clients/airport; VII. Details of the existing clients and such as address, contract number,

mail address; VIII. Copy of customer satisfaction certificates; and IX. Board resolution/Authorization letter/power attorney issued in favour

of the authorised signatory, authorizing to represent and sign the current Proposal and execute the subsequent agreement, if any.

BIAL reserves its right to demand any other additional information that might be relevant for the evaluation of the proposal, at a later stage.

Page 17: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

17

Annexure D

1. Tentative Operation Plan

The successful Bidder shall provide the Facility Maintenance Service on a 24 hours x 365 days basis. The successful Bidder shall deploy skilled resources to perform assigned task and ensure all deployment of resources takes place before 15minutes of below shift start timings respectively.

2. present Shift Timing

3. Mode of Operations:

The successful Bidder shall perform the Maintenance Service under the guidance of Services Division of E&M-BIAL and submit shift wise; daily; periodic reports to respective shift In-Charges of Services Division. For any operational and contractual requirement the successful Bidder shall coordinate with the Sr. Maintenance Manager – Services of BIAL.

4. Operational Timings:

The successful Bidder shall achieve the cleaning standards with respect to all the mentioned areas as below:

Building/Location Operating Hours

Cleaning Requirement

Target Standard

(%)

All installations at Passenger Common Areas (Departure Hall, Arrival Hall, PESC, VIP Lounges, PBB, Escalator, Elevator, Air Corridors, Gates, etc.)

24 Hours 24 hours x 365 days basis

96%

All installations at Passenger Area – Domestic (Dom. Departure, SHA, Dom. Arrivals, Baggage Claim etc.)

24 Hours 24 hours x 365 days basis

96%

All installations at Passenger Area – International (Int. Departure, SHA, Int. Arrivals, Immigration, Baggage Claim etc.)

24 Hours 24 hours x 365 days basis

96%

All installations at Service Areas (BBA, BMA, Airline Corridors, Pier, Offices, Plant Rooms, Corridors, Basement etc.)

24 Hours 24 hours x 365 days basis

90%

Shift Start Time End Time

1st 07:00hrs 16:00hrs

2nd 13:00hrs 22:00hrs

3rd 22:00hrs 07:00hrs

General 08:30hrs 17:30hrs

Page 18: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

18

Annexure E Financial Proposal for 1st Year Option - I

Sl. No. Description Unit Quantity Unit Rate

Amount

1

Facility Maintenance (Common Areas) of Passenger Terminal Building at Kempegowda International Airport, Bengaluru including cleaning materials, consumables, spare parts, operation and maintenance of cleaning equipment and machineries etc.

Month 12

TOTAL

Applicable Service Tax

GRAND TOTAL

Option II

Sl. No.

Description Unit Quantity Unit Rate Amount

1

Facility Maintenance (Common Areas) of Passenger Terminal Building at Kempegowda International Airport, Bengaluru using cleaning materials, consumables, spare parts, machinery, equipment etc. provided by BIAL.

Month 12

TOTAL

Applicable Service Tax

GRAND TOTAL

Page 19: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

19

Financial Proposal for 2nd Year

Option - I

Sl. No.

Description Unit Quantity Unit Rate

Amount

1

Facility Maintenance (Common Areas) of Passenger Terminal Building at Kempegowda International Airport, Bengaluru including cleaning materials, consumables, spare parts, operation and maintenance of cleaning equipment and machineries etc.

Month 12

TOTAL

Applicable Service Tax

GRAND TOTAL

Option II

Sl. No.

Description Unit Quantity Unit Rate

Amount

1

Facility Maintenance (Common Areas) of Passenger Terminal Building at Kempegowda International Airport, Bengaluru using cleaning materials, consumables, spare parts, machinery, equipment etc. provided by BIAL.

Month 12

TOTAL

Applicable Service Tax

GRAND TOTAL

Page 20: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

20

Financial Proposal for 3rd Year Option - I

Sl. No.

Description Unit Quantity Unit Rate

Amount

1

Facility Maintenance (Common Areas) of Passenger Terminal Building at Kempegowda International Airport, Bengaluru including cleaning materials, consumables, spare parts, operation and maintenance of cleaning equipment and machineries etc.

Month 12

TOTAL

Applicable Service Tax

GRAND TOTAL

Option II

Sl. No.

Description Unit Quantity Unit Rate

Amount

1

Facility Maintenance (Common Areas) of Passenger Terminal Building at Kempegowda International Airport, Bengaluru using cleaning materials, consumables, spare parts, machinery, equipment etc. provided by BIAL.

Month 12

TOTAL

Applicable Service Tax

GRAND TOTAL

Page 21: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

21

Annexure F HR compliance

1. Labor License If the contractor is deploying 20 & more workers on any day for the execution of

contract at Airport, such Contractor has to apply for Labor License for the required number of employee to the Assistant Labor Commissioner (Central), Bangalore and submit acknowledgement copy to BIAL before start of the awarded contract work.

2. Compliance under Building & Construction Workers Welfare Act If the contractor is deploying 10 & more workers on any day for the execution of any

construction related / civil contract work at Airport, The contractor has to register under the BOCWW Act with the Central Labour Dept. The contractor has to enroll the workers as beneficiaries with State Labour Dept.,

and get them beneficiary cards. The contractor has to pay 1% of cess on the entire construction to the BOCCWW Board.

3. ESIC – The Contractor’s labor should be covered under ESIC from day one.

4. EPFO – The Contractor’s labor should be covered under the EPFO scheme from day

one. 5. Minimum Wages The Contractor should comply with the minimum wages as notified by the Central

Labor Department from time to time (to be revised every April & October). 6. Payment of Wages Payment of wages to labours should be made on or before 7th of every month in the

presence of BIAL’s representative who shall witness and certify the same in lieu of services already rendered in the past month

7. Statutory Bonus/ Gratuity – The Contractor shall pay bonus as well gratuity to

eligible employees as per the Act. 8. Equal Remuneration for male and female workers doing the same/similar work. 9. Prohibition of child labour - The Contractor should not employ any workers below

the age of 18 years. 10. The Contractor should issue employment card/appointment letter to all workmen at

the time of employment. 11. Registers / Records The Contractor should maintain attendance register, wages register, register of

workmen, advance register, fines register, over time register, leave register, Form-D, etc., in the formats as prescribed by Central Labor Department.

12. The Contractor should display all applicable labor abstracts and notices as required

Central Labor compliance. 13. Over Time wages should be paid on gross wages for labours who have put in more

than 9 hours in a day or 48 hours in a week at double the rate (not exceeding 50 hours in a quarter).

Page 22: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

22

14. Weekly Holiday – 1 full day with wages for every six days worked. 15. Leave with wages – 15 days per annum. 16. National and Festival Holidays – 10 days per annum (submit list of holidays during

the start of the term and circulate within all the workmen). 17. Working hours should not exceed 9 hours in a shift (including spread hour/break). 18. Extend adequate welfare and safety measures for workers as required under the

Contract Labour Act. (BIAL has built a full fledged Canteen facility for the benefit of Contract Agencies to extend canteen provision to their Workers inside the premises of Airport. Contract Agencies are requested to make use of it).

19. The Contractor should submit records & details to BIAL for any internal audits as

and when called for. 20. If the Contractor is having his corporate office / head office in other state and

having an employer PF Code other than Karnataka, then he has to apply and obtain a PF-Sub Code from the Regional PF Commissioner-I, Bangalore for Karnataka operation.

21. The contractor should employ adequate number of Supervisors at site to control and

supervise the workers deployed for execution of the contract work as per the contract scope agreed with BIAL.

22. The contractor should observe and comply with all the guidelines and provisions of

state and central labour departments with respect to the employment of women. 23. The contractor should comply, remit all statutory deductions made from the works

together with his contribution to the respective authorities within the stipulated timelines and furnish a copy of the same along with the Invoice to BIAL.

24. Apart from the compliance guidelines mentioned herein, the contractor shall observe, and comply with all labour laws applicable to the execution of contract work so awarded by BIAL & indemnify BIAL against any notices, charges, penalties and liabilities.

25. Form-V – If the contractor is deploying 20 and more workers, he has to obtain

labour licence from central labour Department. In such case, the Contractor shall submit a written request to BIAL for issue of Form-V, to obtain labour licence, along with the following documents:

1) Purchase Order copy along with cost sheet. 2) Contract Agreement copy 3) Request letter by the Agency for issue of Form-V, enclosing the following

documents:

a) Registration certificate of establishment under appropriate authority (Shops Act / Factories Act/ Companies Act.) as the case may be.

b) PF Registration certificate of the Agency. c) Registration certificate under ESIC scheme or copy of Workmen

Compensation Policy insuring the proposed labours, by the Agency.

Page 23: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

23

d) Workmen/Employees Compensation Insurance Policy copy for having covered all the labours to be deployed for execution of contract at BIAL premises.

e) Profession Tax registration certificate of the Agency.

4) Declaration letter by Agency giving status of any cases with any Labour Department / Court, PF Department, ESIC Department and any Court of Law or with any Government Authorities in India.

5) Declaration letter by Agency stating prohibition of child labour deployment.

6) Declaration letter by Agency giving details if any workers Trade Union exist in the organization.

7) Name, Designation, email ID, Postal Address and Contact Number of MD/Proprietor and Site Incharge

8) Name, Designation, email ID, Postal Address and Contact Number of the official who handles labour/ HR statutory compliances.

9) If the Agency to whom the contract is awarded is engaging another Agency (sub- contractor) for any of the services, following documents shall be submitted : a) Approval letter from BIAL for engaging sub-contractor. b) Agreement / work order executed between the contractor & sub-contractor. c) Documents mentioned in serial number 3 to 8 above, pertaining to sub-

contractor.

10 Details of workers to be deployed for the execution of contract work at BIAL site (to be emailed in the attached data format) within 15 days of commencement of work.

Page 24: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

24

SCHEDULE I SCOPE OF WORK AND STANDARDS

1. SCOPE OF WORK SHALL INCLUDE THE FOLLOWING ACTIVITIES Option - I

1.1 Facility Maintenance (Common Areas) of Passenger Terminal Building

(Passenger & Staff Restrooms at Level 0, 1, 2 & Basement are excluded) 1.2 High Raised Cleaning such as Façade Cleaning, Pillar Cleaning, Roof Top,

High Ceiling, Bullnose, Bulkheads etc. of Passenger Terminal Building (Kerb area of PTB towards south of arrival/departure gates are excluded)

1.3 Procure, Store, Replenish cleaning materials and consumables that required for the Maintenance Services.

1.4 Operate and Maintain BIAL’s Cleaning Machineries and Equipment that assigned for the Maintenance Service as detailed in Schedule II based on terms and condition given under Para 5.b of Schedule I.

1.5 Collection & Transportation of waste from Passenger Terminal Building to Designated Waste Collection Points in compliance with the guidelines of Pollution Control Board, ICAO Standards and applicable laws.

1.6 Employ and deploy the additional workforce in the event of emergency requirement.

Option – II

1.1 Facility Maintenance (Common Areas) of Passenger Terminal Building (Passenger & Staff Restrooms at Level 0, 1, 2 & Basement are excluded)

1.2 High Raised Cleaning such as Façade Cleaning, Pillar Cleaning, Roof Top, High Ceiling, Bullnose, Bulkheads etc. of Passenger Terminal Building (Kerb area of PTB towards south of arrival/departure gates are excluded)

1.3 Receive, Store, Replenish & monitor cleaning materials and consumables supplied by BIAL at Passenger Terminal Building.

1.4 Operate and Maintain BIAL’s Cleaning Machineries, consumables, and Equipment that assigned for the Maintenance Service as detailed in Schedule II based on terms and condition given under Para 5.b of Schedule I.

1.5 Collection & Transportation of waste from Passenger Terminal Building to Designated Waste Collection Points in compliance with the guidelines of Pollution Control Board, ICAO Standards and applicable laws.

1.6 Employ and deploy the additional workforce in the event of emergency requirement.

2. GENERAL REQUIREMENTS

2.1 All areas and facilities mentioned in Schedule II shall be covered and maintained by the successful Bidder on 24 hours x 365 days basis and as per the frequency stipulated in the RFP or communicated from time to time.

2.2 Scheduled tasks (Routine and Periodic) shall be carried out by the successful Bidder within specified day / shift.

Page 25: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

25

2.3 Successful Bidder shall employ and deploy required and sufficient employees for providing the Maintenance Services and shall also appoint male and female cleaners for maintaining and cleaning the toilets.

2.4 The successful Bidder shall maintain area and facilities on 24 hours x 365

days basis. The areas specified in Schedule II shall always be maintained neat and clean in accordance with the prevailing standards as mentioned in Annexure D. The successful Bidder shall have to clean the area as per minimum frequencies mentioned. However the cleaning shall be carried out more frequently, if required, to meet the necessary standards.

2.5 The Successful Bidder shall provide the Maintenance Services on a 24 hours x

365 days basis, However, in case of emergency work, the successful Bidder shall be required to depute additional work-force and in such instance the payment will be made in accordance with the proposal submitted by the successful Bidder.

2.6 If for any reasons, any area in whole or part is not available for Maintenance

Service, it shall re-organize its resources to suit the revised schedule within the stipulated time for the completion Maintenance Service. However, under no circumstances the successful Bidder shall be entitled to any claim of financial damages, whatsoever, on this ground.

2.7 BIAL may provide the successful Bidder, time table including peak and

nonpeak hours of passenger flow to carryout periodic tasks. 2.8 The successful Bidder shall complete all the specified scheduled tasks

(Routine & Periodic) covered within the Scope of Work on a daily basis. The successful Bidder shall schedule and finish the Maintenance Service with minimum disturbance to of the others such as, passengers, users or other service providers and concessioner, and shall perform it in a proper sequence to the complete satisfaction of BIAL.

2.9 The Successful Bidder shall be liable for damages to the property or personal

injuries, which are resulting from out of the Scope of Service, directly or indirectly, caused by it or his representatives. The successful Bidder shall take insurance, covering all its employees up to the estimated liabilities. The Successful Bidder shall indemnify and keep indemnified BIAL against all losses and claims for injuries or damage to any persons or any property whatsoever and shall be responsible for all or any claims, demands proceedings, damage costs, charges and expenses whatsoever in respect of or in relation thereto the Maintenance Services rendered at the Airport.

2.10 The successful Bidder shall at all times indemnify BIAL against all claims,

damages or compensation under the provisions of Payment or Wages Act, 1936, Minimum Wages Act, 1948, Employer’s Liability Act,) 1938, the Workmen’s Compensation Act, 1923, Industrial Disputes Act, 1947 and the Maternity Benefit Act, 1961 or any modifications thereof or any other law relating thereto and rules made there under from time to time or as a consequence of any accident or injury to any workforce or other persons in or about the Works,. whether in the employment of the Successful Bidder or not, save and except where such accident or injury has resulted from any act of BIAL, his agents or servants, and also against all costs, charges and expenses of any suit, action or proceedings arising out of such accident or

Page 26: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

26

injury and against all sum or sums which may with the consent of the Successful Bidder be paid to compromise or compound any claim. Without limiting his obligations and liabilities as above provided, the Successful Bidder shall insure against all claims, damages or compensation payable under the Workmen’s Compensation Act, 1923 or any modification thereof or any other law relating thereto from time to time.

2.11 The successful Bidder shall take all necessary precautions to prevent any

nuisance or inconvenience to the passengers, other service providers, concessioners and to the Airport users. The successful Bidder shall make good, at his cost and to the satisfaction of BIAL, any damage to BIAL property or public or private property whatsoever caused thereon by the successful Bidder or its employees.

2.12 Entire waste or superfluous materials shall be carried away by the successful

Bidder to the satisfaction of BIAL. Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance as far as possible is caused to the occupants / users of the Airport.

3. MAINTENANCE AND CLEANING OF THE FACILITIES

3.1 The Successful Bidder shall be responsible for providing the Maintenance Service to the areas and buildings throughout the period of contract mentioned in the scope. The maintenance cleaning of the area and buildings shall include cleaning of floors, walls, pillars, Facade & sky glass, glass panes, aluminium / steel frames of the glazing, wooden panels, carpets, ceiling, ash trays, chairs, sofas, dustbins, telephone booths, sign boards, pictographs and photographs etc.

3.2 The Maintenance Service shall be carried as per the scope of service detailed out in the RFP and shall be responsible for cleanliness of all the area and buildings to the best satisfaction of BIAL.

4. CLEANING STANDARD SPECIFICATIONS

A. Colour code cleaning system:

1. Red Cloth – Used for cleaning W/c and urinals. 2. Yellow Cloth – Used for cleaning wash basin, tiled wall, furniture and

fittings inside of washroom. 3. Green Cloth – Used for cleaning glass in all areas. 4. Blue Cloth - Used for general purpose of cleaning in all areas except

inside of washrooms

Page 27: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

27

B. Cleaning standard specifications: Service group 1

Instruction Passenger and waiting areas

Procedure Task Frequency Product

Other than on the floor Empty waste baskets

P

Blue cloth

Remove dust and/or moist wipe doors, handrail, exhibition articles, Telephone cabin, tray surfaces, seats, etc. Remove dust from monitors and clocks Remove hold traces at walls, doors, cabinets, waste baskets, glass surfaces, etc.

P

Glass and Synthetic surface cleaner Neutral cleaner for surfaces above floors

Floors

Textile floor (carpet) Vacuum-clean obstructed area Vacuum-clean entire area

P

Floor Moist mopping Selective wet mopping Scrubbing free areas Polish (if necessary)

P P 1D X

Moist mopping product Floor neutral cleaner Spray maintenance cleaner

Periodically Moist wipe lamps Clean ventilation grids

X X

Textile floor (carpet)

X

Spray-extraction machine and Carpet cleaner Removing marks product

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 28: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

28

Service group 2

Instruction Aerobridges & passenger corridors

Procedure Task Frequency Product

Other than on the floor Empty waste baskets

C

Blue cloth

Remove dust and/or moist wipe doors, light switcher, handrail, exhibition articles, picture frames, etc. Remove hold traces at walls, doors, cabinets, etc.

C Glass and Synthetic surface cleaner Neutral cleaner for surfaces above floors

Remove hold traces at glass walls, doors, cabinets, etc.

C

Floor

Textile floor (carpet) Vacuum-clean obstructed area Vacuum-clean entire area

C 1D

Hard floor Moist mopping Selective wet mopping Scrubbing free areas Polish (if necessary)

C C 1D X

Moist mopping product Floor neutral cleaner Spray maintenance cleaner

Periodically Moist wipe lamps Clean ventilation grids

X X

Textile floor (carpet)

X

Spray-extraction machine and Carpet cleaner Removing marks product

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 29: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

29

Service group 3

Instruction Lift

Procedure Task Frequency Product

Blue cloth

Remove dust and/or moist wipe doors, light switcher, handrail, exhibition articles, picture frames, etc. Remove hold traces at walls, doors, etc.

C Glass and Synthetic surface cleaner Neutral cleaner for surfaces above floors

Remove hold traces at glass walls, doors, cabinets, etc.

C

Floor

Hard floor Moist mopping Selective wet mopping Wet mopping

C C 1D

Moist mopping product Floor neutral cleaner

Periodically Moist wipe lamps Clean ventilation grids

X X

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 30: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

30

Service group 4

Instruction Corridor (not in passenger area)

Procedure Task Frequency Product

Other than on the floor Empty waste baskets

3D

Blue cloth

Remove dust and/or moist wipe doors, light switcher, handrail, exhibition articles, picture frames, etc. Remove hold traces at walls, doors, cabinets, etc.

3D 3D

Glass and Synthetic surface cleaner Neutral cleaner for surfaces above floors

Floor

Textile floor (carpet) Vacuum-clean obstructed area Vacuum-clean entire area

1D 1W

Hard floor Moist mopping Scrubbing free areas Polish (if necessary)

3D 1D X

Moist mopping product Floor neutral cleaner Spray maintenance cleaner

Periodically Moist wipe lamps Clean ventilation grids

X X

Textile floor (carpet)

X

Spray-extraction machine and Carpet cleaner Removing marks product

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 31: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

31

Service group 5&6

Instruction Check-in and other counters

Procedure Task Frequency Product

Other than on the floor Empty waste baskets Empty ashtrays and if necessary out-rub

C C

Blue cloth

Remove dust and/or moist wipe tables, desks, chairs, light switchers, picture frames, telephones, upholstered furniture, movable walls, etc. Remove hold traces at walls, furniture fronts, doors, glass surfaces, etc.

C C

Glass and Synthetic surface cleaner Neutral cleaner for surfaces above floors

Floor

Textile floor (carpet) Vacuum-clean obstructed area Vacuum-clean entire area

1D 1W

Hard floor Moist mopping Wet mopping

C 1D

Moist mopping product Floor neutral cleaner

Periodically Moist wipe lamps Clean ventilation grids

X X

Textile floor (carpet)

X

Spray-extraction machine and Carpet cleaner Removing marks product

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 32: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

32

Service group 7

Instruction Offices

Procedure Task Frequency Product

Other than on the floor Empty waste baskets Empty ashtrays and if necessary out-rub

1D

Blue cloth

Remove dust and/or moist wipe tables, desks, chairs, light switchers, picture frames, telephones, upholstered furniture, movable walls, etc. Remove hold traces at walls, furniture fronts, doors, glass surfaces, etc.

1D 1D

Glass and Synthetic surface cleaner Neutral cleaner for surfaces above floors

Floor

Textile floor (carpet) Vacuum-clean obstructed area Vacuum-clean entire area

1D 1W

Hard floor Moist mopping Wet mopping

1D 1W

Moist mopping product Floor neutral cleaner

Periodically Moist wipe lamps Clean ventilation grids

X X

Textile floor (carpet)

X

Spray-extraction machine and Carpet cleaner Removing marks product

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 33: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

33

Service group 8

Instruction High frequency toilets (PAX)

Procedure Task Frequency Product

Other than on the floor Empty waste baskets

P

Red cloth

WC If necessary flush WC Clean the bowl with a toilet brush Clean and dry the toilet brush holder Clean and dry the exterior of the bowl and tank Clean and dry the WC seat and cover Restock toilet paper

P

Deodorizing cleaner

Yellow cloth Wash basin

Damp clean and dry the shelves and lights Spray the mirror and dry with paper towel Clean and dry dispensers of soap and paper towels

P

Sanitary cleaner Glass and synthetic surface cleaner Sanitary cleaner

Clean all tiled surfaces Clean and dry the exterior of the wash basin, including the external drain pipe Clean the taps, rinse and let dry Remove and clean the drain plug Clean the wash basin, rinse and let dry If necessary, restock the paper towel and soap dispensers

Sanitary cleaner Sanitary cleaner Sanitary cleaner Sanitary cleaner

Remove fingerprints from walls, doors, vanities, etc. Damp clean the handles and various bars, switches, etc.

P Glass and synthetic surface cleaner Glass and synthetic surface cleaner

Floors Damp mop Scrubbing free areas with a machine

P 1D

Floor neutral cleaner

Periodically Descale shower heads and wash basins Remove urinary salts and lime scale in the WC Clean the whole surface of doors and walls

1W 1W 1M

Descaler Descaler Neutral cleaner for surfaces above floors

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 34: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

34

Service group 9

Instruction Staff toilets

Procedure Task Frequency Product

Other than on the floor Empty waste baskets

C

Red cloth

WC If necessary flush WC Clean the bowl with a toilet brush Clean and dry the toilet brush holder Clean and dry the exterior of the bowl and tank Clean and dry the WC seat and cover Restock toilet paper

C

Deodorizing cleaner

Yellow cloth Wash basin

Damp clean and dry the shelves and lights Spray the mirror and dry with paper towel Clean and dry dispensers of soap and paper towels

C

Sanitary cleaner Glass and synthetic surface cleaner Sanitary cleaner

Clean all tiled surfaces Clean and dry the exterior of the wash basin, including the external drain pipe Clean the taps, rinse and let dry Remove and clean the drain plug Clean the wash basin, rinse and let dry If necessary, restock the paper towel and soap dispensers

Sanitary cleaner Sanitary cleaner Sanitary cleaner Sanitary cleaner

Remove fingerprints from walls, doors, vanities, etc. Damp clean the handles and various bars, switches, etc.

C

Glass and synthetic surface cleaner Glass and synthetic surface cleaner

Floors Damp mop Scrubbing free areas with a machine

C 3W

Floor neutral cleaner

Periodically Descale shower heads and wash basins Remove urinary salts and lime scale in the WC Clean the whole surface of doors and walls

1W 1W 1M

Descaler Descaler Neutral cleaner for surfaces above floors

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 35: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

35

Service group 10

Instruction Stairs (not in passenger areas)

Procedure Task Frequency Product

Blue cloth

Remove dust and/or moist wipe handrail, stairs rail, etc. Remove hold traces at walls, doors and glass surfaces

1D 1D

Glass and Synthetic surface cleaner Neutral cleaner for surfaces above floors

Hard floor Moist mopping Wet mopping

1D 1D

Moist mopping product Floor neutral cleaner

Frequency: D = daily W = weekly M = Monthly P = permanent control & cleaning C = cleaning control and cleaning X = cleaning following order/ on request 1-7 = frequency cleaning/related period

Page 36: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

36

C. Cleaning Schedules and Plans:

Periodic Tasks

Task Description Specifications Frequency

Bin Washing Al l 1W

Store Room Cleaning Al l 1W

Carpet Shampooing PTB 1Q

Cleaning of Dra ins Al l 1W

South Internal 1F

South West Internal 1F

South East Internal 1F

North External 1W

North West External 1W

North East External 1W

North Internal 1F

North West Internal 1F

Escalator Cleaning Maintenance Al l Locations 1W

Deep Cleaning Of Janitor Room/Trol ley Al l Locations 1W

Quick Cleaning 9D

Routine Cleaning 3D

Deep Cleaning 1W

Scale Removal on Fixtures 1F

Mirror Restoration 1M

Ti led Floor/Wal l Scrubbing 1W

Cleaning of cei l ing/Vents 1W

Steam Cleaning 2W

Metal Fixture Pol ishing 1W

Bin Washing 2W

Wal l Corner Scrubbing Metal Bin Pol ishing 1F

Granite Floor Buffing Al l Locations 1Q

Ti led Floor Scrubbing Al l Locations 1W

High Raised Glass Cleaning Al l Locations 1W

Office Deep Cleaning Al l Locations 1W

Passenger Chair Scrubbing Al l Locations 1W

Jet Pressure Wash Cemented Floor 1Q

Plant Room Cleaning Al l Locations 1W

Restrooms Cleaning maintenance

Façade Glasses Cleaning

Page 37: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

37

Apart from daily cleaning tasks, periodic tasks shall be given on regular basis. All these tasks will repeat on weekly, monthly, quarterly or yearly basis. The Cleaning Frequencies and Schedules shall be given regularly before the shift operation on daily basis.

Task Description Specifications Frequency

Upholstery Cleaning Al l locations 1Q

Roof Top Glass Cleaning PTB 1HY

Sky Glass Cleaning PTB 1HY

Canopy Glass Cleaning Al l locations 1W

Roof Top Cleaning Al l Locations 1W

Wooden Surface Pol ishing Al l Locations 1M

Cleaning of Perforated Metal Cei l ing Al l Locations 1W

Cei l ing and AC Gri l l Cleaning Al l Locations 1W

FLB Deep Cleaning Al l 1W

Deep Cleaning of Water Sprout Al l 2W

FLB Glass Cleaning Al l 1F

Cleaning of Bulkhead Al l Locations 1W

Cleaning of Trespa Al l Locations 1W

Metal Surface Pol ishing Al l Locations 1M

Deep Cleaning of Smoking Lounge Al l 1W

Travel lator Cleaning Maintenance Al l 1W

Cleaning of Signage and Kiosks Al l Locations 1W

Cleaning of Securi ty Hold Area Trays International/Domestic 1W

Deep Cleaning of Glass Elevator Al l 1F

Deep Cleaning of Steel Elevator Al l 1W

Plant Rooms/Store Rooms 1M

Rest of PTB 1Q

Pan Mark Removal Al l Locations 1W

Cleaning of Basement Tunnels Al l Locations 1W

Emergency Sta irways Cleaning Al l Locations 1W

Sticker & Sta in Removal Al l Locations 1W

Tree Structure Cleaning Al l 1Q

Higher Level 1M

Lower Level 1W

Spider Control

Pi l lar Cleaning

Page 38: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

38

5. CLEANING MACHINERY, EQUIPMENT & CONSUMABLES:

Option – I

a) Cleaning Materials During the site visit the successful Bidder shall assess the requirement of cleaning materials like chemicals, consumables, tools, garbage bin liners, restroom toiletries etc. required for the Maintenance Services and provide the list as detailed in Schedule IV. along with samples to BIAL for prior approval of materials.

b) Cleaning Machinery and Equipment

The successful Bidder shall assess the number of cleaning machinery and equipment required for the Maintenance Services and submits a detailed list with all technical specifications in Schedule IV. BIAL will hand over all cleaning machinery and equipment in serviceable condition that required for this service to the successful Bidder at the time of commencement. The successful Bidder at its own cost and expense shall operate and maintain such equipment in a proper and efficient manner to execute the Maintenance Services. i) The Equipment shall be kept available for use at all times throughout

the Service Period. ii) The Service Provider shall ensure that the Equipment is not used by

any unauthorized person. iii) The successful Bidder shall use these machinery and equipment for

only to perform the scope of this Maintenance Services. iv) The successful Bidder shall handover all machines in serviceable

condition (subject to normal wear n tear and standard life span of machines) back to BIAL at the end of the Maintenance Services. In the event of any damage or unserviceability of machine found, BIAL shall repair the machine and recover the cost from the successful Bidder.

Option – II

a) Cleaning Materials

All tools, cleaning chemicals and other consumables will be procured and provided by BIAL and will be given to the successful Bidder on a regular basis and the successful Bidder shall store, replenish and use such tools, consumables in a proper and efficient manner. The successful Bidder shall be provided with the requisite quantities of each type of chemical to execute the Scope of Work.

b) Maintenance of Machinery & Equipment BIAL will hand over all cleaning machinery and equipment required for this service to the successful Bidder at the time of commencement and the successful Bidder shall handle and use such machinery, equipment in a proper and efficient manner. The successful Bidder shall be provided with the requisite quantities of each type of machinery, equipment to execute the Scope of Work.

Page 39: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

39

Daily cleaning and maintenance of machinery shall be done by the

successful Bidder. BIAL will undertake the preventive and breakdown maintenance of

machinery and replacement of machines shall be done on regular basis as & when required.

The successful Bidder shall be responsible for any additional cost incurred apart from AMC/CMC due to misuse or mishandling of machineries by its employees.

The successful Bidder shall use these machinery and equipment for only to perform the scope of this Maintenance Services.

The successful Bidder shall handover all machines in serviceable condition (subject to normal wear n tear and standard life span of machines) back to BIAL at the end of the Maintenance Services. In the event of any damage or unserviceability of machine found, BIAL shall repair the machine and recover the cost from the successful Bidder.

6 WASTE DISPOSAL

The successful Bidder shall collect and transport garbage & rubbish from restrooms to BIAL’s designated Waste Collection Points in accordance with the applicable laws and as per specified Trash Segregation as per the applicable laws from time to time and in case of violation BIAL shall have the right to impose the work penalty upon the Successful Bidder. 6.1 The successful Bidder shall segregate recyclable and non-recyclable trash as

part of good environmental practice. Breach of such practice shall lead to penalties or written admonishments based on the magnitude of the problem and BIAL may provide the list of “Set Environmental Practices” upon qualification for Cleaning Contract.

6.2 The successful bidder at all-time shall follow and comply with Environment

Protection Act and Rules thereto amended from time to time and all rules and regulation required by the Karnataka Pollution Control Board. The successful bidder shall take all necessary steps to minimize the negative impact on the environment and shall take necessary precautionary measures while collection, transportation and disposal of garbage and shall provide safety glows to its employees as per all applicable law from time to time.

Page 40: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

40

6.3 Waste Collection Point(WCP) Plan

Primary Waste Collection Points: PTB

Primary Waste Collection Points: Main Parking

Primary Waste Collection Point

PTB

Primary Waste Collection Point

Main Parking

Page 41: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

41

SCHEDULE II SCHEDULE OF QUANTITY

1. BUILDING FACILITIES & DIMENSIONS

Facility Details:

Description Units Qty.

Check in counters Nos. 86

Ticketing Counters Nos. 36

Immigration counters (Dep.) Nos. 42

Immigration counters (Arr.) Nos. 42

Gates (Dep. Arr. Boarding & Bus) Nos. 62

Passenger Lifts (Glass) Nos. 25

Service Lifts (Steel) Nos. 20

Escalators Nos. 33

Travellator Nos. 6

Baggage Conveyor Belts (BHS) Mtr. 933

Passenger Boarding Bridges-Single

Nos. 12

Passenger Boarding Bridges-Twin Nos. 5

Passenger Chairs Nos. 6288

CUSS Nos. 30

Pillars Nos. 214

Façade Glasses Grid 58

Page 42: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

42

Area Dimensions for Cleaning:

Note: Tables above showing the indicative figures including description as guidance. This is not an exhaustive list. The Bidders are requested to obtain or ascertain all the required information with respect to the location, area, etc. on the day of pre-bid meeting with the BIAL representative.

Area/Facility M2 Area

Departure & Arrival Hall 9806

Check In Counters 172

Ticketing Counter - Departure 198

Departure Hall 6320

Ticketing Counter - Arrival 126

Arrival Hall 1990

BIAL & Custom Offices 1000

Baggage Claims 8290

International Baggage Claim 4410

Swing Baggage Claim 1405

Domestic Baggage Claim 2475

Domestic Arrival 4104

Passenger Restrooms 2 Sets

Domestic Arrival Corridor 1580

PTB Airside Pathway 1704

Bus Gates 820

Dom. & Transit Boarding - GF 3194

Transit Passenger Area - Ground Floor 1610

International SHA @ Ground Floor 465

Domestic SHA @ Ground For 1045

Service Lobby & Plant Room behind BMA 74

VIP Lounges 648

Reserve Lounge - Arrival @ GF 75

Reserve Lounge - Departure @ FF 573

Pier - GF & FF 7292

Pier - GF - Offices & Canteen 1438

Pier - GF - Plant Room 1060

Pier - GF - Lift Lobby + VVIP Boarding 125

Pier - FF - Int. SHA 3600

Pier - FF - Offices 49

Pier - FF - Airside Corridor 1020

Area/Facility M2 Area

PTB First Floor 22892

Pre-Embarkation Area 2732

Security Check - Dom 1570

Domestic SHA 6938

Swing SHA 400

International Arrival 143

Security Check – Int. 580

International SHA 6368

BIAL & Custom Offices @ First Floor 1130

Stores & Plant Rooms 1132

Aerobridges 11

Airside Corridor 1888

PTB Second Floor 11503

Domestic SHA -Day Hotel - West 758

Dom. Security Check - West 67

Corridors & Common Areas - West 924

Offices - West 83

Stores & Plant Rooms - West 154

Airside Corridor 4568

Offices - East 421

security Check 1445

Common Areas - East 1402

Stores & Plant Rooms - East 251

AOCC @ 2nd Floor East 420

International Lounge - East 190

International Arrival 820

Basement 23370

Corridor 4180

BIAL & Govt. Offices 652

Store & Plant Rooms 4700

Tunnel, Emergency Exits & Mezzanine Floor

13838

Service Area (BBA, BMA & AOCC) 12042

Baggage Breakup Area 5000

Baggage Make-up Area 6050

AOCC 431

Airline Corridor 561

Page 43: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

43

2. Cleaning Machinery & Equipment: BIAL shall provide following machinery & equipment to the successful Bidder, as is where is basis, to carry out the Maintenance Services.

List of Machinery

Sl No Description Unit Quantity

1 Automated Scrubber Drier – Ride’On Nos 03

2 Automated Scrubber Drier – Step’On Nos 03

3 Single Disc Scrubbing machine Nos 02

4 Wet and Dry Vacuum Cleaner- Medium Duty

Nos 02

5 Single Disc Burnishing machine Nos 02

6 Wet and Dry Vacuum Cleaner- Heavy Duty

Nos 02

7 Steam Cleaner Nos 01

8 Back Pack Vacuum Cleaner Nos 02

9 Ride’On Sweeper Nos 01

10 Walk Behind Sweeper Nos 01

11 High Pressure Jet Nos 01

12 Carpet/Upholstery Machine – Shampooing

Nos 01

13 Carpet/Upholstery Machine – Injection Extraction

Nos 01

List of Equipment

Sl No Description Unit Quantity

1 Janitor Trolley Nos 06

2 Wringer Trolley / Bucket Nos 24

3 Step Ladder Nos 04

4 Q-Manager Nos 24

5 Waste Transportation Trolley Nos 04

6 Telescopic Rod – 4mtr Nos 04

7 Carbon Tech-Pole Nos 02

8 Platform Trolley Nos 02

3. Cleaning Chemicals,Tools & Consumables:

In the event of BIAL opting for Option-II, BIAL will provide following cleaning materials and consumables to the successful Bidder to carry out the Maintenance Services. Tentative material details with technical specifications are given below; this may varies form time to time based on BIAL’s selection of materials. The successful Bidder shall responsible for monitoring consumption and timely replenishment of these items. In the event of BIAL opting for Option-I, the successful Bidder shall supply cleaning materials and consumables that equivalent or higher than below materials details. The successful Bidder shall ensure that all products are biodegradable and eco-friendly in accordance with Environmental Protection Act.

Page 44: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

44

Cleaning Chemicals

Cleaning Tools & Consumables

Page 45: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

45

Page 46: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

46

Restroom Toiletries

Sl. No Particulars Specification

1 Paper Hand Towel

A Basis Weight / Grammage 36 GSM

B Size (L x W) 220 mm x 220 mm

C Paper Color White

D Paper Type Recycled / Embossed pattern

E Feel Very Soft

F Dispenser Compact, Wastage Resistant & Aesthetic Design

G Packing Standard Paper Packing

H Certifications Green Seal / Environmental Friendly

2 Toilet Roll

A Basis Weight / Grammage 34 GSM

B Size (L x W) / pull 110 mm x 100 mm

C Layer 2 ply

D Solubility in Water Completely / easily dissolves in water without any clogging

E Weight 100 gsm

F Paper Color White

G Paper Type Virgin

H Feel Very Soft

3 Jumbo Roll Toilet Tissue

A Basis Weight / Grammage 34 GSM

B Size (W in mm x L in mtr ) 100-110mm x 250 – 300 mtrs

C Layer 2 ply

D Core 3’’ or 75 mm

E Solubility in Water Completely / easily dissolves in water without any clogging

F Paper Color White

G Paper Type Virgin

H Feel Very Soft

4 Toilet Seat Cover

A Basis Weight / Grammage 21 gsm

B Size (Lx W) 435 mm x 380 mm

C Layer 1 ply

D Solubility in Water Completely / easily dissolves in water without any clogging

E Paper Color White

F Paper Type Virgin

G Feel Very Soft

5 Sanitary Bed Liner

A Basis Weight / Grammage 46.4 gsm

B Dimension 457.2 mm x 342.9 mm

C Layer 3 ply

D Paper Color White

E Paper Type Virgin

F Feel Very Soft

Page 47: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

47

Garbage Bin Liners

Dimension

L x W (cm)

GBL - Extra Large 110 x 105 Black > 40micron Yes

GBL - Large 120 x 91 Black/Blue/Yellow > 40micron Yes

GBL - Medium 90 x 60 Black/Blue/Yellow > 40micron Yes

GBL - Small 54 x 48 Black > 40micron Yes

Material Description Color Thickness Biodegredable

Page 48: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

48

SCHEDULE III QUALITY CONTROL & PERFORMANCE MANANGEMENT

1. Workforce Prerequisite

The successful Bidder shall employ and depute the employees who possess the minimum qualification, experience and skillset given below for the performance of the Maintenance Service within an age group of 18 to 50 yrs.

2. Uniforms The successful Bidder, in consultation with BIAL shall finalise the uniforms. The successful Bidder shall provide 03sets of approved uniforms yearly to all its employees and shall ensure that its employees are wearing neat and clean uniform while on duty. Additionally the successful Bidder shall provide safety gadgets like Reflector Jacket, gum boot, rain coat, hats etc. to staffs based on their location and condition of work.

Category Competency Criteria

Age 24 years & above

Minimum Educational Qualification Graduate / DHM / BHM

Experience5 - 6 yrs. as a Housekeeping Supervisor or 1 - 2years as a

Housekeeping Executive

Language Kannada, Hindi & English - Proficient

Skillset

Basic administrative skill, thorough knowledge on Housekeeping

Standards & Procedures, Waste Segregation & Management, Cleaning

Machinery Operations, & Warehouse Management

Age 21 years & above

Minimum Educational Qualification 12th Standard / Graduate

Experience 2 - 4 yrs. in Housekeeping

Language Kannada & Hindi preferable & English - Proficient

Skillsetthorough knowledge on Housekeeping Standards & Procedures,

Waste Segregation & Management & Cleaning Machinery Operations

Age 18 years & above

Minimum Educational Qualification 12th Standard / Graduate

Experience Preferably 1 - 2years as a storekeeper

Language Kannada & Hindi preferable & English - Mandatory

Skillset

Thorough knowledge Warehouse Management (Issue, Receipt of

Materials, Store Set-up, Updating Stock Registers, Preparation of

Consumption Reports, Inventories etc.)

Age 18 years & above

Minimum Educational Qualification SSLC

Experience 1 - 2years in Housekeeping

Language Kannada, Hindi & English - Preferable

Skillsetthorough knowledge on Housekeeping Standards & Procedures,

Operation of all types of Cleaning Machineries & Access Equipment

Age 18 years & above

Minimum Educational Qualification Any

Experience Trained

Language Kannada, Hindi & English - Preferable

SkillsetBasic knowledge on Housekeeping Standards & Procedures &

Cleaning Machinery Operations

Faci

lity

Off

ice

rSu

pe

rvis

or

Sto

re A

sso

ciat

eSp

l. T

ask

Forc

e /

Mac

hin

e O

pe

rato

r

Mal

e &

Fe

mal

e

Cle

ane

rs

Page 49: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

49

3. Training - Task Performance Skills

i. The successful Bidder shall be responsible for carrying out and providing periodic and daily skills training to perform daily tasks. No staff shall be allowed to perform any task unless they are completely trained and competent enough to perform the assigned task.

ii. In addition to initial training as mentioned above, the successful Bidder shall be

responsible to provide refresher training to its employees at minimum 1day per quarter to each employee and the successful Bidder shall submit the proof for the same.

iii. The successful Bidder shall provide below mentioned trainings at the time of

induction of each employee and all awareness trainings and all expenses shall be borne by the successful Bidder. Apart from below list, the training Modules for specific topic(s) that required for this Service shall be provided by BIAL. The successful Bidder shall be responsible for training those topics to all its employees without any additional cost to BIAL.

Sl. No Training topic Frequency

1 Personal Grooming & Hygiene / Usage of PPE / Behavioral Training Quarterly

2 Usage of Cleaning Agents and Dilution ratios Quarterly

3

Housekeeping Procedures – SOPs & Manuals (Various Restroom Cleanings and its timings, Cleaning of Baby Care Rooms, Smoking Rooms, Floor & Fixtures Cleaning, Cross Contamination & Colour Codes, Deep Cleaning etc.)

Quarterly

4 Machinery Usage, Cleaning of tools & Equipment Quarterly

5 On Job Training Monthly

6 Lost & Found Procedure Quarterly

7 Awareness on Integrated Management Services (QMS, EMS, OHSAS, BCM, EnMS)

Half Yearly

8 Waste Management & Disposal (Collection, Segregation, Transportation, Disposal etc.)

Quarterly

9 Aviation Safety & Security / Fire Safety Training Yearly

4. Supervision

AII the functions as mentioned in the scope shall be performed on 24 hours x 365 days basis and shall be properly supervised by qualified and experienced supervisors of the successful Bidder to ensure smooth, expeditious and complaint-free Maintenance Services.

5. Task Completion Reporting The successful Bidder shall submit task completion reports based on set cleaning schedules by the BIAL Officers. All tasks to be completed by the Successful Bidder within the scheduled shift (morning, afternoon or night) and any carry forward of tasks should be approved by the BIAL officers and same to be completed in specified time.

6. Removal of Workmen The successful bidder finds that any of its employee deployed at BIAL site is not competent to perform or discharge the assigned job, it agrees to remove such employee immediately and agrees to replace with better skilled employee immediately. Further, the successful Bidder agrees to replace employee who is involve in any misconducts or violated the security norms.

Page 50: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

50

7. Performance Management

i. The successful Bidder shall attend to any complaints received in connection with the Maintenance Services immediately. Any failure will attract penalty.

Assessment Response Timeline

Complaint related to spills & breakages

Not more than 10 minutes turnaround time

Replenishment of Restroom Toiletries Not more than 10 minutes turnaround time

Complaint related to Dust Control, lower level glass cleaning

Not more than 20 minutes turnaround time

Office Cleaning Request Not more than 30 minutes turnaround time

ii. Customer Feedback & Corrective Action

BIAL implements various tools for obtaining feedback from passengers/users. Based on the Customer feedback (complaints or requests), the successful Bidder shall be expected to resolve the same immediately up to the set standards. The successful Bidder shall be required to put into place a Corrective action plan on the basis of customer feedback report and ensure that similar complaints do not recur in future. The successful Bidder shall be required to ensure the effectiveness of corrective action and any additional changes required to be incorporated in the system shall be done by the successful Bidder. For each negative feedback received towards the Maintenance Services shall attract penalty.

iii. Helpdesk for Performance Monitoring:

BIAL implements Helpdesk for monitoring complaints related to various services. A ticket will be raised for every complaint received at Helpdesk and the Helpdesk attendant will inform respective BIAL representative for corrective/preventive action. The Maximum acceptable number of complaints for the Maintenance Services is 90 per month.

iv. Replenishment of Consumables & Supplies: In the event of non-availability of supplies / consumables in restrooms, Successful Bidder shall ensure the replacement of supplies within 15mins and provide justification for failure.

v. Operation & Maintenance of Cleaning Machinery, equipment: In the event of any cleaning machine or equipment does not function to its desired output or it become unserviceable due to mishandle/misuse by employees, the successful Bidder shall rectify the machine / equipment within the specified timeline.

vi. Waste Collection & Transportation: The successful Bidder shall empty waste bins and ensure the litter level is kept less than 75% of the bin. The successful Bidder shall be responsible for collection of waste from restrooms to the Primary Collection Point. No waste bin shall be left unattended till it 100% full or overfull.

Page 51: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

51

vii. Quality Management Summary

The successful Bidder shall ensure quality work in a planned and time bound manner. Any substandard material and / or work beyond set out tolerance limits shall be summarily rejected by the BIAL.

If the Maintenance Services rendered by the Successful Bidder are not up to the standard as detailed under scope of work, the same shall be brought to the notice of the firm with a view to improve the same in a stipulated period. Alternatively BIAL shall take necessary action as per the provisions of contract. BIAL reserves the right to immediately step in and carryout a part or whole of the work entrusted under this contract in case of any default or unsatisfactory performance by the Successful Bidder without resorting to the formalities of issuing notices, etc. for rescinding the contract and the Successful Bidder would have no claim for compensation in such cases

viii. Service Quality Audits :

a. External Audits on Airport Service Quality (ASQ):

BIAL may engage external agency to audit and assess the airport service quality (ASQ) and in these audits the Successful Bidder shall be responsible for key performance indicators (KPI) related to this Service and ensure to achieve the target service quality levels as given in 8.i. & 8.ii respectively. Key Performance Indicator (KPI) related to this Maintenance Services is: (1) Cleanliness of airport terminal

b. Internal Audits on Service Quality Evaluation (IQA):

Periodic audits will be carried out by BIAL employees or quality audit companies employed by BIAL. The results of the passenger satisfaction survey also will be an input for final quality evaluation. All observations will be quantified and notified to the successful bidder for corrective actions. The successful Bidder shall take timely corrective actions to ensure all observations are resolved within the stipulated time frame. The following are the areas where the audit will be carried out.

Quality of Work,

1. Cleaning & Housekeeping 2. Machine Operation 3. Supervision

Quality of Employee/staff of the Successful Bidder, 1) Skill/Knowledge on work 2) Uniform and Appearance 3) Personal Hygiene 4) Awareness on Airport Standards

5) Awareness on Security Requirements 6) Behaviour with Passengers Compliance to Work Schedules, Compliance to Work Procedures,

Page 52: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

52

Regular Attendance of Workers, Submission of MIS Report on time & 1) Attendance Report for Shift 2) Assignment Report for Shift 3) Work Completion Report for Shift 4) Weekly Schedules Completion Report 5) Monthly Work Completion Report for Billing Other Miscellaneous Aspects.

The overall Target Service Levels for this Maintenance Services are given under Para 8.i. and 8.ii respectively for Option I & Option II. The successful Bidder shall be responsible to achieve the target service levels.

8. Service Level Index

i. Target Service Quality Level in the event of BIAL opting for Option-I

Key Performance Indicator (KPI)

Minimum Service Level

Target Service Level

Maximum Service Level

Specification

Overall Score related to the scope of Maintenance Service

4.65 out of 5 4.75 out of 5 4.85 out of 5 Up to completion of enhancement works

Overall Score related to the scope of Maintenance Service

4.7 out of 5 4.8 out of 5 4.9 out of 5 Post Enhancement

ii. Target Service Quality Level in the event BIAL opting for Option-II

Key Performance Indicator (KPI)

Minimum Service Level

Target Service Level

Maximum Service Level

Specification

Overall Score related to the scope of Maintenance Service

4.6 out of 5 4.7 out of 5 4.8 out of 5 Up to completion of enhancement works

Overall Score related to the scope of Maintenance Service

4.65 out of 5 4.75 out of 5 4.85 out of 5 Post Enhancement

iii. Forfeitures for not achieving Target Service Quality Levels:

Every 0.01 or part thereof reduction from each target service level as mentioned in Para 8.i & 8.ii of Schedule III respectively will attract a penalty of 0.1% of the monthly gross bill value or ₹ 5,000/- whichever is higher.

Every 0.01 or part thereof reduction from each minimum service level as mentioned in Para 8.i & 8.ii of Schedule III respectively will attract penalty of 0.2% of the monthly gross bill value or ₹ 10,000/- whichever is higher. This is subjected to a maximum value of 10% of the monthly gross bill value.

iv. Performance linked Incentives for exceeding Target Service Quality Levels:

BIAL may, in its absolute discretion, pay the successful Bidder a performance Incentive calculated in accordance with below conditions:

Page 53: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

53

for every 0.01 exceed from each targeted serviceability level as mentioned in Para 8.i or 8.ii of Schedule III respectively, ₹ 5,000/- will be paid as incentive to the successful Bidder. for every 0.01 exceed from each maximum serviceability level as mentioned in Para 8.i or 8.ii of Schedule III respectively, ₹ 10,000/- will be paid as incentive to the successful Bidder.

9. Penalties

The following penalties / cost compensation will be imposed on the successful bidder for unsatisfactory performance or poor Maintenance Services to the prefixed service level indices. a) For negative Passenger/Customer feedback:

10 penalty points for each negative feedback received towards the Maintenance Services scope.

b) For Complaint/Ticket Raised at Helpdesk: The Maximum acceptable number of complaints for the Maintenance Services is set out in 7.v. of Schedule III. For each complaint thereafter exceeding the target quantity shall attract 10 penalty points.

c) Timeline for Resolving Complaints: Timeline for Resolving complaint is setout in 7.i. of Schedule III. Failing which shall attract 5 penalty points per occurrence.

d) For absenteeism, uniform & behaviour of employees: The successful Bidder shall be responsible for deploying the required staff, employees etc. for the due performance of the scope of services and in case any of the employees are absent on a particular day/shift, the Successful Bidder shall immediately deploy equally qualified or trained or better trained employee/staff and if the Successful Bidder fails to comply with this clause BIAL shall have the right to impose penalty as mentioned below.

Standards Measures Penalty Points

Workforce Quantity

Short deployment from the agreed number of workforces for deployment >95% Short deployment from the agreed number of workforces for deployment <95%

5points per man-day 10point per man-day

Staff missing form work area

Each time staff missing from assigned area without any justification

5 per staff

Uniform Each time staff on duty found not in full or proper uniform. 5 per staff

Training Each staff’s failure to attend training programme that has been approved by BIAL

5 per staff

Skillset Deployment of each unskilled workforce. 5

Incident Each incident engaging inappropriate behavior of contract staff like gossiping in a group, using passenger's belonging, misusing BIAL properties, consuming alcohol etc.

10

Security violation

Each time staff committing security violation like theft, manhandling etc.

25

Page 54: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

54

e) For not complying with Task Completion Report: In the event of successful Bidder fails to complete schedule tasks approved by BIAL shall attract 10 penalty points. This penalty may be ineffective for respective event, if successful Bidder provides proper justification for noncompliance that out of it’s reach. The Successful Bidder shall submit MIS reports on daily, weekly, monthly basis to BIAL on Workforce Deployment, Scheduled Task Completion etc. Failing which shall attract penalty (Daily – 5, Weekly – 10, Monthly – 25) points.

f) For not following Colour Code Cleaning System: BIAL set Colour Code cleaning standard specifications to avoid cross contamination due to improper cleaning methods. In the event of contractor staff not following the colour codes while cleaning shall attract 5 penalty points for each occurrence.

g) For not following Shift Reporting Times: Shift timings for operations are set out in Annexure D. The workforce shall reach the deployment site at least 15minutes before the shift start time. The successful Bidder shall ensure that daily briefing and deployment of workforce is completed before respective shift start time. Failing which shall attract 20 penalty points for every 15minutes delay.

h) For not complying with Waste Collection & Transportation procedure: In the event of any waste bin found overfull / trash present outside the bin 5 penalty points will be applicable for each occurrence.

i) For unavailability of Consumables & Supplies in Restrooms: In the event of non-availability of supplies / consumables in restrooms, Successful Bidder shall ensure the replacement of supplies within 15mins and provide justification for failure. Failure of each occurrence due to contract staff’s negligence shall attract 5 penalty point. This penalty may be ineffective if the short supply of materials are from BIAL in the event of BIAL opting for Option-II only.

j) For unavailability of Cleaning Machinery & Equipment for the Service: In the event of BIAL opting for Option-I, the successful Bidder shall ensure all cleaning machine and equipment are made serviceable at all time. If any machine or equipment does not function to its desired output, the successful Bidder shall rectify the machine/equipment within the specified timeline. Each time the successful Bidder fails to repair defective machine/equipment in stipulated time shall attract 5 penalty points per day.

k) For usage/supply of substandard materials: In the event of BIAL opting for Option-I, the successful Bidder shall submit the list of cleaning materials like chemicals, tools, consumables, garbage bin liners, restroom toiletries etc. with the technical specifications and committed quality levels.In case the successful Bidder or its representatives are found using substandard materials

Page 55: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

55

like... torn/wornout materials, materials not meeting committed quality levels etc. shall attract 10 penalty point per occurrence. In the event of BIAL finds the successful Bidder or its representatives using substandard materials (as above), the successful Bidder shall replace those materials within a period of 24hours. Failing which shall attract 25 penalty points per day. Penalty Amount shall be computed in accordance with below formula.

A = Y X

100000

A = Amount to be deducted Y = Total Penalty Points X = Monthly Gross Bill Value

10. GENERAL TERMS AND CONDITIONS

(1) All routine cleaning jobs shall be completed as per the scope of service and

BIAL will make the payment on within thirty (30) days of receipt of valid invoice from the successful Bidder, subject to timely completion of all scheduled jobs and up to the specified quality standards and frequencies.

(2) The rates shall be quoted for the discharging the Maintenance Service and shall be firm though out the term of the contract.

(3) The contract may be extended or considered for extension only if, the

performance of the successful Bidder is found to be satisfactory through the performance evaluation process of BIAL at the end of each year and the decision of BIAL shall be final and binding.

(4) BIAL will have full rights to award the contract in part or full, after

evaluation of bids and in case of award of the contract the successful Bidder shall not enter into separate contract with any concessionaires of BIAL or any other agency operating within the premises of BIAL without obtaining prior consent from BIAL.

Page 56: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

56

11. SAFETY GUIDE LINES:

The successful Bidder shall follow and comply with the safety code/guide line as mentioned below and comply with any additional or more safety code (if any) applicable law prescribes or requires. Safety is an individual commitment to incorporate safe work practices into every area of job operations. Hence, the successful Bidder shall ensure sufficient training is provided to each workforce before assigning any job at site. Below are the safety guidelines that needs

11.1 Personal Protective Equipment (PPE): All necessary personal safety equipment as considered adequate by BIAL shall be available for use of persons employed on the Site and maintained in a condition suitable for immediate use and the successful Bidder shall take adequate steps to ensure proper use of equipment by those concerned. Identify and provide appropriate PPEs like hand gloves, mask, safety goggles, safety harness, gum boots, anti-skid shoes, rain coat, hat, cap, reflective jacket etc. that offers adequate protection to the worker, co-workers, and occasional visitors for the Maintenance Services without incurring unnecessary inconvenience to the individual. Proper maintenance of PPE, including clean when dirty and replace when damaged or worn out. Proper use of PPE should be part of the recurrent training programs for employees.

11.2 Caution Sign Boards: Place sign board “Wet Floor” whenever floors are wet due to housekeeping activities, spills, rain or otherwise to caution passengers, users until the area is dry. Place sign board “Work in Progress” or “Cleaning in Progress” before starting any major cleaning works, schedule works in places that exposure to passenger and public. Place floor mats at the entrances to buildings or rooms to collect tracked-in rain, dirt etc. Barricade the area in the event of any spills, leaks, rain, major activities etc. which could not be accomplished within a short period to avoid entry of others to affected location.

11.3 Chemical Handling: Read MSDS carefully to understand all instructions and also follow instructions on the label of the container while handling chemicals. Do not mix different chemicals unless it’s specified to do so. Use appropriate PPEs while handling chemicals. Do not smoke while handling chemicals, wash hands after each use. Aerosol cans are fire hazards. Keep away from heat.

Page 57: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

57

Do not pour chemicals in building floor drains.

11.4 Equipment and Machinery Handling: Do not use equipment that has worn or damaged cords, switches, plugs, etc., especially in wet locations. Always check these items regularly and take necessary steps to fix the damaged/broken plugs, switches, cords to avoid electric sock to workforce and others. Always inspect tools and other equipment before use. Report defects to supervisor and other potential users. Do not use defective equipment or tools. Avoid using or touching the power sockets, switches with wet hand to avoid electric sock hazards. Don’t leave running machinery unattended. Unplug and turn off electrical equipment when it’s not in use. Obey warning signs and tags. They are posted to point out hazards. Never remove or disable any safety device

11.5 Material Storing: Store materials in a planned and orderly manner that does not endanger employee safety. Ensure stacks, tiers, and piles are stable and stacked to aid safe handling and loading. Store hazardous materials in accordance with the individual requirements. Keep storage areas free from accumulations of materials that could create a hazard from fire, explosion, or pest infestation. Store all chemical products at eye level or below. If chemicals are splashed into the eye, immediately flood the eye with water for at least 15 minutes. Do not place or store cleaning materials or scrap accumulations that obstruct doorways, electrical panels, fire extinguishers, or fire exits. Liquids and chemicals must be stored in approved containers. Sharp or pointed objects should be stored to prevent persons from coming in contact with them. Consider storage segregation precautions for all materials. Use MSDS to determine appropriate storage segregation. Identify and label segregated material containers.

11.6 Material Shifting: Employees shall not be put at risk of body strains unnecessarily. Supervisors shall assure that all jobs are undertaken in accordance to following guidelines: Lifting equipment (pallet trolleys etc.) will be utilized whenever possible for moving heavy objects or repetitive lifting.

Page 58: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

58

Adequate personnel will be assigned to the job dependent upon the weight and size of the material. Repetitive lifting from the floor and twisting will be designed out of the job as much as possible. For moving jobs, the route for carrying material should be as short as possible- avoiding steps, slopes and slippery surfaces, if possible. Employees must be made aware of unavoidable tripping hazards. Frequently used material and heavy-large material in storage rooms will be stored in a location that does not require reaching over something, standing on a ladder or stool to get to, bending to the floor, reaching under something, etc. Loose objects must be contained while being moved. Employees should always lift by bending their knees so that leg muscles are used.

11.7 Work At Height: Obtain permission from all relevant Authorities as per BIAL before starting any kind of high raise works and notify all concerned stake holders. Suitable scaffolds/Standalone step Ladder/High Access Equipment shall be used for all works that cannot be safely done from the ground. Cordon off the entire area covering parking of access equipment and the actual work area or position of working platform before starting any work to avoid entry of others. Ensure to assign high raise works to workforces they are confident enough, certified to operate Access Equipment, machinery etc. and not scared of height to avoid fatal incidents. When a ladder is used an extra laborer shall be engaged for holding the ladder and if the ladder is used for carrying materials as well, suitable footholds and hand-holds shall be provided on the ladder and the ladder shall be given an inclination not steeper than ¼ to 1 (1/4 horizontal and 1 vertical). Use the handrails on steps and other elevated areas. Scaffolding or staging more than 3.25 meters above the ground or floor, swing or suspended from an overhead support or erected with stationary support, shall have a guard rail properly attached, bolted, braced and otherwise secured at least 1 meter high above the floor or platform of such scaffolding or staging and extending along the entire length of the outside and ends thereof with only such openings may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure. Working Platform, gangways, and stairways shall be so constructed that they do not sag unduly or unequally, and if height of platform or gangway or stairway is more than 3.25 meters above ground level or floor level, it shall be closely boarded, have adequate width and be suitably fenced, as described in 2 above. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 9 meters in length, width between side rails in a rung ladder shall in no case, be less than

Page 59: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

59

30 cm for ladders up to and including 3 meters in length. For longer ladders this width shall be increased at least 6 mm for each additional 30 cm of length. Uniform step spacing shall not exceed 30cm. Adequate precautions shall be taken to prevent danger from electric equipment. No material on any of the sites shall be so stacked or placed as to cause danger or inconvenience to any person or the public. The successful Bidder shall provide all necessary fencing and lights to protect public from accidents and shall be bound to bear expenses of defense of every suit action or other proceeding at law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and costs which may be awarded in any such suit, action or proceedings to any such person or which may with the consent of the Successful Bidder be paid to compromise any claim by any such person. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in a safe condition and no scaffold, ladders or equipment shall be altered or removed while it is in use. Adequate washing facilities shall be provided at or near places of work.

11.8 Use of Hoisting Machines: Use of hoisting machines and tackle including their attachments, anchorage and supports shall conform to the following: These shall be of good mechanical constructions, sound material and adequate strength and free from patent defects and shall be kept in good repair and in good working order. Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality and adequate strength and free from patent defects. Every crane driver or hoisting appliance operator shall be properly qualified and no person under the age of 21 years shall be in-charge of any hoisting machine. In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block used in hoisting or lowering or as means of suspension safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked with safe working load. In case of a hoisting machine having a variable safe working load, each safe working load and the conditions under which it is applicable shall be clearly indicated. No part of any machine or of any gear referred to above in this paragraph shall be loaded beyond safe working load except for the purpose of testing. In case of a departmental machine, safe working load shall be notified by BIAL. As regards Successful Bidder’s machines the /successful Bidder shall notify safe working load of each machine to BIAL whenever he brings it to Site of work and get it verified by BIAL.

11.9 Electricals: Do not use damaged cable for Power Extension box, use only PVC insulated Flexible cable

Page 60: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

60

Use IP 67 Protection (Protection against Dust and water Splash) Power sockets where water leaning take place (Jet cleaning) Do not keep Extension box at top of any Access equipment after completion of work Do not tap off power from any of socket without plug top Do not Use UPS Power Socket for Equipment charging or Cleaning. Use only designated charging points only Any Loose connection or Short circuit observed in the plug socket, inform LSE Duty in charge immediately Do not interchange/remove Plug socket/Plug top of Access equipment to Cleaning equipment. Switch off the Machine/Access equipment totally after parking at designated location and Put for charging Ensure all electrical equipment is disconnected before working on it.

11.10 Other General Guidelines: Conduct regular inspections of your work area including cleanliness of floors, correct storage of equipment, hoses, waste bins are routinely emptied to prevent buildup etc. Clean up spills and leaks of any type quickly and properly to avoid slip hazards and pick up all objects that should not be on floor. Use checklists to help you to systematically measure housekeeping. The successful Bidder shall ensure that adequate first Aid tools required for the Maintenance Services is available at site. In case of major injury, casualties etc., the nearest hospital or clinic available at site can be contacted. Do not lay extension cords and hoses across doorways or in passages to minimize tripping or obstructions to traffic. Never do anything that is unsafe in order to get a job done. Don’t eat or drink inside the toilet or next to electrical panel/equipment. Working under the influence of alcohol or illegal drugs or using them at work is prohibited. Do not open file or desk drawers above or behind someone without cautioning them. The successful Bidder shall comply with the requirements of the contract Engineers instruction when working on or near or where works may affect any sprinkler system. The successful Bidder shall ensure that all site staff are adequately briefed and instructed on fire safety arrangements for the site, Building Evacuation Plan and Safe Assembling Areas before deployment.

Page 61: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

61

Safety provisions shall be bought to the notice of all concerned by display on a notice board at a prominent place at the work spot. Persons responsible for ensuring compliance with the Safety Code shall be named therein by the successful Bidder. To ensure effective enforcement of the rules and regulations relating to safety precautions, arrangements made by the Successful Bidder shall be open to inspection by BIAL or his representative and the Inspecting Officers as defined in the Successful Bidder’s Labor Regulations. Notwithstanding the above guidelines 1 to 10 the Successful Bidder is no exempted from the operation of any other Act or Rule in force.

11.11 Incident Reporting: Report all job-related injuries, accidents, and illness and near miss situations to BIAL as soon as possible. Investigate all related incidents and take appropriate actions to prevent the reoccurrence of incident. Do submit a detailed Incident Report in the format as specified by BIAL on the day or shift when the incident, near miss occurs.

Page 62: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

62

SCHEDULE IV ASSESSMENT BY BIDDERS

The Bidders shall submit their deployment plan and total workforce required along with the

bid based on the site visit and facility assessment. The Bidders can provide the deployment plan in any suitable format or in the format given below.

Workforce details to be provided by the bidder:

Area Sub Area Number of Workforce required

Workforce Type

Shift(s) of Deployment

Remarks

Workforce Deployment Summary

Workforce Category Required Number Relievers Total Number

The Bidders shall submit their assessment for Cleaning Materials, Machinery, tools, equipment etc. required for the Maintenance Service. All materials, consumables shall comply with all regulatory norms and will be either equivalent or higher than the technical specifications given in Schedule II.

Sl No

Specification of Chemicals, Consumables, Machinery, Tools, Equipment etc.

Required Quantity

List of Quality Parameters and committed levels by the successful Bidder

Page 63: REQUEST FOR PROPOSAL (RFP) Name of work: Facility ...bengaluruairport.com/bial/pdf/tender/RFP_Facility_Common_Areas.pdf · REQUEST FOR PROPOSAL (RFP) Name of work: Facility Maintenance

63