47
1 | Page Bangalore International Airport Limited Request for Proposal (RFP) for providing Medical Services at Kempegowda International Airport, Bengaluru Bangalore International Airport Limited Kempegowda International Airport, Bengaluru Devanahalli, Bengaluru - 560 300 10 th March 2016

Bangalore International Airport · PDF fileBangalore International ... efficiency and set a benchmark for the future development of Indian ... taxiways connecting the new runway to

  • Upload
    vutram

  • View
    220

  • Download
    2

Embed Size (px)

Citation preview

1 | P a g e

Bangalore International Airport Limited

Request for Proposal (RFP)

for providing Medical Services

at Kempegowda International Airport, Bengaluru

Bangalore International Airport Limited

Kempegowda International Airport, Bengaluru

Devanahalli, Bengaluru - 560 300

10th March 2016

2 | P a g e

DISCLAIMER

1. This Request for Proposal (RFP) is issued by Bangalore International Airport

Limited ("BIAL").

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

interested applicants ("Bidders"), whether verbally or in documentary or any other

form by or on behalf of BIAL or any of their employees or advisers, is provided to

the Bidders on the terms and conditions set out in this RFP and such other terms

and conditions subject to which such information is provided.

3. This RFP is neither an agreement nor an offer by BIAL to the prospective Bidders or

any other person. The purpose of this RFP is to provide interested parties with

information that may be useful to them in the formulation of their proposals

pursuant to this RFP. This RFP includes statements, which reflect various

assumptions and assessments arrived at by BIAL in relation to the scope of

Services. Such assumptions, assessments and statements do not purport to contain

all the information that each Bidder may require. This RFP may not be appropriate

for all persons, and it is not possible for BIAL, its employees or advisers to consider

the objectives, technical expertise and particular needs of each party who read or

use this RFP. The assumptions, assessments, statements and information contained

in this RFP may not be complete, accurate, adequate or correct. Each Bidder

should, therefore, conduct its own investigations and analysis and should check

the accuracy, adequacy, correctness, reliability and completeness of the

assumptions, assessments and information contained in this RFP and obtain

independent advice from appropriate sources.

4. Information provided in this RFP to the Bidders is on a wide range of matters,

some of which depends upon interpretation of law. The information given is not an

exhaustive account of statutory requirements and should not be regarded as a

complete or authoritative statement of law. BIAL accepts no responsibility for the

accuracy or otherwise of any interpretation or opinion on the law expressed

herein.

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

have no liability to any person including any Bidder under any law, statute, rules

or regulations or tort, principles of restitution or unjust enrichment or otherwise

for any loss, damages, cost or expense which may arise from or be incurred or

suffered on account of anything contained in this RFP or otherwise, including the

accuracy, adequacy, correctness, reliability or completeness of the RFP and any

assessment, assumption, statement or information contained therein or deemed to

form part of this RFP or arising in any way in this selection process.

6. This RFP, along with its Annexures, is not transferable. The RFP and the

information contained herein are to be used only by the person to whom it is

issued. It may not be copied or distributed by the recipient to third parties (other

than in confidence to the recipient's professional advisors). In the event that the

recipient does not continue with its involvement in the project in accordance with

this RFP, this RFP must be kept confidential.

3 | P a g e

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

otherwise, however caused arising from reliance of any Bidder upon the statements

contained in this RFP.

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

update, amend or supplement the information, assessment or assumption contained

in this RFP.

9. The issue of this RFP does not imply that BIAL is bound to select a Bidder or to

appoint the selected Bidder, as the case may be, for providing medical Services and

BIAL reserves the right to reject all or any of the Proposals without assigning any

reasons whatsoever. This RFP may be withdrawn or cancelled by BIAL at any time

without assigning any reasons thereof.

10. The Bidder shall bear all its costs associated with or relating to the preparation and

submission of its Proposal including but not limited to preparation, copying,

postage, delivery fees, expenses associated with any demonstrations or

presentations which may be required by BIAL or any other costs incurred in

connection with or relating to its Proposal. All such costs and expenses will remain

with the Bidder and BIAL shall not be liable in any manner whatsoever for the same

or for any other costs or other expenses incurred by any Bidder in preparation for

submission of the Proposal, regardless of the conduct or outcome of the selection

process.

4 | P a g e

1. INTRODUCTION

Bangalore International Airport Limited ("BIAL") is owner and operator of the Kempegowda

International Airport, Bengaluru (“KIAB”), and a company registered under the Companies

Act, 1956. KIAB is built and is being operated at the best international standards. BIAL is

committed to establishing KIAB as one of India’s leading airports, in terms of quality and

efficiency and set a benchmark for the future development of Indian airports and services

to its passengers. This Airport is currently the third largest Airport in India. Further, more

information about the Airport can be viewed at www.bengaluruairport.com.

BIAL has entered into a Concession Agreement with the Government of India, whereby

Government of India has granted the exclusive right and privilege to BIAL to carry-out the

development, design, financing, construction, operation and management of the Airport

for a period of thirty years from the Airport opening date, with an option for BIAL to

extend the concession for another thirty years.

KIAB has third highest domestic traffic in the country after Mumbai & New Delhi which

makes it busiest Airport in South of India. In 2014 (Apr’14 to Feb’15), KIAB served 14.03

million passengers, touching 122434 air traffic movements. Currently Airport handles

approximately 443 aircraft movements serving around 52,000 passengers per day in

Feb’16.

Number of airlines operate at KIAB (International Passenger airlines includes Indian

carriers operating international).

Type Nos.

Dom Pax Airlines 10

Dom Cargo Airlines 02

Intl Pax Airlines 24

Intl Cargo Airlines 09

TOTAL 45

Domestic and International passenger traffic constitute 81.2 % and 18.8 % respectively for

Jan’16 of the total passenger traffic. The operations commenced in expanded terminal in

February 2014. Expansion has doubled the terminal space and increased Airport’s

passenger handling capacity from 11.6 MPA to 20 MPA.

KIAB served over 18.11 million passengers and recorded a 25.2% growth in overall traffic.

The Domestic passenger traffic shows a growth of 27.4% compared with the previous year

while International passenger traffic grew at 15.8% compared with the same period. A

resurgent domestic aviation market saw new airlines and routes, resulting in a 12.7%

increase in Air Traffic Movements (ATMs) with an average of 404 ATMs per day in year

2015. Domestic ATMs increased by 13.6% and clocked a total of 1,25,481 movements in

2015 while international ATMs rose to 21,986. Earlier, in the last financial year KIAB

clocked 15 million passengers marking the airport’s graduation to the mid-sized airport

category (15 to 25 million passenger airports) within seven years of commencing

operations.

5 | P a g e

BIAL is also having a vision to expand the Airport and hence the designing of the terminal

2 has commenced for the subsequent construction of the terminal 2 which will cater to

20 million passengers annually (MPA) as expected to be commissioned by 2021, while the

second phase of the project will add another 15 million passenger capacity. When

completed T2 will cater to 35 MPA. The combined capacity of T1 and T2 will be

approximately 55 MPA.

The construction of the second runway is also proposed which will begin in 2016 and will

include the development of new south parallel runway (NSPR) and will be CAT III

compliant and cater for Code F type of aircrafts, full parallel taxiway, two cross field

taxiways connecting the new runway to the existing north runway, T2 apron and

enhancement to the existing north runway.

2. INTENT OF THE RFP

In the process of making the Airport on par with the highest international standards, BIAL

desires to make available pre-eminent medical services for the Airport and its users. BIAL

hereby solicits Proposals from suitably identified service providers (hereinafter referred to

as the “Bidders”) meeting the qualification criteria defined in this RFP and the terms and

conditions contained in this RFP and the Agreement for providing medical services,

including mass casualty management and day-to-day medical emergencies at KIAB, as per

the guidelines of International Civil Aviation Organization, Directorate General of Civil

Aviation, & the National Disaster Management Act 2005.

The Proposals submitted by the Bidders shall comply with all the requirements stated in

this RFP, its annexures and the Agreement (“Proposal”). Based on final evaluation of the

Proposals received, the successful Bidder (hereinafter referred to as the “Service

Provider”) will be selected / awarded the contract and shall be notified. The notification

of award of the contract by BIAL shall be followed by execution of a Services Agreement

(Annexure-5) between BIAL and the Service Provider, recording the terms and conditions

for performing the Scope of Services (Annexure-3)

3. SCOPE OF SERVICES

3.1 The Service Provider shall provide services as detailed out in Scope of Services in

Annexure- 3.

3.2 If any services, functions or responsibilities not specifically described herein or in any

related documents are an inherent, necessary or customary part of the Services or are

reasonably required for proper performance of the Services in accordance with the

RFP, they shall be deemed to be included within the scope of Services as if such

services, functions or responsibilities were specifically described in this RFP.

3.3 The Service Provider shall be responsible for providing (at no additional cost to BIAL)

any and all additional items that are not expressly included by the terms of this RFP

to the extent such items are reasonably required for the achievement of the

objectives of the work or Services. In the event of increase in the Scope of Services

due to the Service Provider’s fault and/or in case the Service Provider obtains any

6 | P a g e

information that leads it to believe that certain additional work/services is required

for the due performance of its obligation under this RFP, the same shall be performed

by the Service Provider at no additional cost or expense to BIAL.

3.4 At any time during the Term of the Agreement, BIAL shall have the right and

discretion to add or delete the Scope of Services or to suspend, partially or in full, the

Scope of the Services as mentioned in the Agreement. In the event of any increase or

decrease of the Scope of the Services, revenue/ expense, if any, shall be mutually

discussed and agreed between the Parties.

3.5 The Service Provider shall provide financial status reports and operational

performance reports of the Services as the periodicity required and pre-fixed by BIAL.

4. TERM

The term of the Services Agreement shall be 7 years from the Effective Date

(defined) in the Agreement, unless terminated in accordance with the terms of the

Agreement.

5. OBLIGATIONS OF BIAL

Minimum Development Obligations (Facilities):

BIAL shall grant permissive right to the Service Provider and will provide approximate

space of 780 sqm (clinic facility), and an additional space of approximate 48 sqm

(Pharmacy cum Stabilizing Centre) (hereinafter referred as “Facility”) and the

Service Provider shall commence services, operate and manage the Facility/ Services,

on or before 1st October 2016 (Commencement Date) at the Airport within the

premises so given. The Facility/ Service shall be operated by the Service Provider as

per the Acts, Rules and Standards published from time to time by the State and

Central Ministry of Health and Family Welfare, and International guidelines and

recommendations issued by the World Health Organizations, fulfilling the

requirements specified by DGCA, BCAS & ICAO for aviation requirements and NDMA

for national disaster management requirements. The Service Provider shall employ

qualified staff for operating the Facility/ Service as per the above regulations.

BIAL will provide only the required covered space (warm shell) with utility points for

operating the Facility/Service, and the Service Provider shall undertake all required

interiors, furniture, fixtures and equipment. Further, the Service Provider shall

procure and bring all necessary medical equipment and machinery, consumable &

soft goods, medicines and ambulance(s) for operating the Facility/ Service at the

Airport. All the interior, furniture, fixtures, equipment and machinery thus brought

shall be maintained by the Service Provider up to industry standards.

6. OBLIGATIONS OF THE SERVICE PROVIDER

The Service Provider shall:

a) establish the facility with all initial setting-up requirements (which shall

include medical inspection room facilities, emergency room, pharmacy etc.),

7 | P a g e

operate and manage the Facility/ Services at the Airport under its own book of

accounts which is proposed at the time of RFP;

b) appoint and roster minimum 2 professionally qualified doctors/physicians,

minimum 2 trained nurses, 2 pharmacists, and supporting staffs proportionate

to the number of beds in the clinic for round the clock operation of the

Facility/ Service; and shall operate minimum 2 ambulances with dedicated

drivers 24x7x365 at the Airport right from the Effective Date of the agreement;

c) in case of any aircraft crash or any major mass medical emergencies at the

airport or in its vicinity (10 km radius of the airport), the Service Provider shall

make available additional and adequate number of medical

professionals/practitioners within 60 minutes of notification apart from the

personnel mentioned in Clause (b) above and shall also provide required

number of psychologists/psychiatrists/ trauma counselors etc.;

d) appoint and roster 3 paramedics (professionally certified Emergency Medical

Technician / EMT) in each shift, for round the clock operation of 3 ambulances

owned and operated by BIAL; All Personnel deployed exclusively for the

Services herein shall be of professionally qualified, licensed and shall possess

minimum 3 years of professional experience

e) at its own cost and expense, undertake, comply with and perform all its

obligations;

f) participate in all kinds of emergency mock exercises organized by BIAL where

Airport medical Service has direct or indirect role to play (as detailed in

Annexure 3), and take up mock exercises within its own facility and associated

organizations;

g) adhere to all mandatory documentation requirements such as

incident/accident reports, death (case) summary, death certificate and other

documentation projected by BIAL for fulfilling the requirements of Directorate

General of Civil Aviation, Bureau of Civil Aviation Security and any other

relevant statutory/regulatory/auditing authorities;

h) establish pre-defined and documented process for continuity of its own business

at the airport in times of crisis that complements BIAL Business Continuity

Management Systems;

i) shall adhere to all the applicable laws;

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

violate any applicable laws including all applicable laws at the Airport;

k) set up two way hotline / dedicated telephone connectivity between BIAL

Airport Operations Control Centre (AOCC) and the Hospital. This shall be

8 | P a g e

manned/attended 24x7x365 and established process shall be set up to ensure

its functionality;

l) shall be responsible for obtaining organizational security clearance from Bureau

of Civil Aviation Security (BCAS) from time to time, Police verification of its

own personnel to become eligible to obtain Airside Entry Permit (AEP) for

employees (as detailed in the Annexure 3) and shall solely bear all charges in

this regard including employees police verification charges an any other charges

levied by the statutory bodies and government agencies;

m) shall provide book of accounts & balance sheet to BIAL on quarterly basis to

ascertain the financial health of the Service Provider from its BIAL operations

under and pursuant to the Agreement;

n) annual financial report (audited statement, stand alone at BIAL) of the service

provider shall be furnished to BIAL within two months of the closure of the

financial year;

o) the Service Provider shall agree and completely cooperate to the evaluation of

mechanism tools as suggested by BIAL for the assessment / audit of

performance and operation and maintenance of facility on monthly basis

including internal control mechanism on process , billing etc. (Expenses report,

Revenue report with certified statutory auditor);

p) shall provide death certificate / death summary to BIAL within 30 minutes of

the unfortunate death of any person(s) within the airport premises or on board

aircraft;

q) shall adhere to the requirements of BIAL for best quality service to the

customers and thereby positive support to the Airport Service Quality (ASQ)

surveys conducted from time to time; a separate penalty invocation clause and

process to ensure service quality of airport medical service shall be worked out

mutually between the selected bidder and BIAL; and

r) shall provide support to the Government/Statutory Organizations at KIAB for

successful execution of special programs such as Pulse Polio Campaign, handling

of Public Health Emergencies, etc. without any additional cost, prejudice or

limitation.

Note: Please refer to the Agreement template (Annexure-5) for detailed

understanding of the Service Provider’s obligations and covenants.

7. BUSINESS MODEL FOR AIRPORT MEDICAL SERVICE (SETTING UP, OPERATIONS

AND MAINTANANCE):

a. The Service Provider shall evaluate in detail the Scope of Services that includes

capital expenditure (for building interiors, fixed assets, movable assets etc.),

operational cost (staff remuneration, cost of medicines, cost of consumables,

9 | P a g e

logistic requirements, vehicle/ambulance management etc.) and maintenance

expenditure (AMC, facility up keeping, ambulance up keeping etc.), Utility

Charges and any other investment required to meet the overall execution of

the Services and requirements pursuant to the RFP and the Agreement BIAL will

not compromise on the quality and/or quantity of the Scope of Services due to

any financial reasons, once the contract is awarded.

b. The Service Provider shall explore avenues to generate revenue from all kinds

of medical services permitted from the Facility/Service and Scope of Services.

Option to introduce and implement various revenue generating medical services

within and outside the Scope from the given premises throughout the tenure

may be factored. The Service Provider shall also factor in their Proposal the

various tangible and intangible benefits they will derive from this valuable

engagement with BIAL such as high visibility while operating from the Airport,

possibilities of tapping medical tourist etc. Apart from this, opportunity to

engage airport partners and stakeholders for revenue generations may also be

considered, where BIAL will provide independent facilitation and support.

c. Based on the above considerations (Clause 7a & 7b), “the Bidder” shall prepare

and submit the Proposal / RFP that would be evaluated on a Revenue Share (RS)

model or Viability Gap Funding (VGF) model. Proposal submitted with maximum

revenue sharing option would be the most preferred, where as if VGF is the

only option, in such case the least viability gap will be the priority.

d. In the Revenue Share model the Bidder will be thoroughly evaluated with the

business potential at the Airport as regards the quantum/ percentage of

revenue it proposes to share with BIAL during the entire tenure. In Revenue

Share model the revenue share pertaining to BIAL shall be paid on advance

basis before 5th of every month.

e. In VGF model, the estimated quantum of financial support (VGF) for capital

expenditure and operational expenditure will be assessed thoroughly by BIAL

and the least amount of VGF proposed by Bidders will be considered for award

of contract, where the bidder shall specify/suggest the method of cost

reimbursement.

8. BIDDER’S ELIGIBILITY CRITERIA, EVALUATION AND THE AWARD PROCESS

8.1 BIDDER’S ELIGIBILITY CRITERIA :

Bidder shall be eligible to participate in the tender, if it fulfills the requirements as

mentioned in the eligibility criteria Annexure-2 herein. Bidders shall provide the

details (submittals) as mentioned in Annexure-2.

8.2 EVALUATION CRITERIA

8.2.1 Bidders shall have to comply with all the requirements as per Bidders Eligibility

criteria as per Annexure-2 of this RFP. Bidders who qualify the eligibility

10 | P a g e

criteria/pre-requisites as per Annexure 2 shall be shortlisted for further

evaluation.

8.2.2 Bidder shall provide all information in order to enable BIAL to make judgments

about their suitability.

8.2.3 Conditional Proposals will be rejected. The Bidder shall comply with all the terms

and conditions set out in bid document and its appendices while submitting its

Proposal. All clarification required regarding the RFP shall be obtained from BIAL

as per the published procedure (Clause 14) prior to submission of the Proposal.

8.2.4 Parameters for Evaluation & weightage of the qualified Proposal:

(Total Weightage 150 only)

Sl.

No

Criteria

(Evidence shall be provided with RFP for each of the parameters below)

Weightage

(5 point

each)

1 Pre-Requisites:

a. Minimum 5 years of experience in licensed Medical Care/Hospital

Industry.

b. Having its own Multi/Super specialty hospital in Bangalore City

Jurisdiction with minimum 100 bed facility

10

2 Infrastructure & Facility:

a. Is the Hospital a Medical College (Yes/No)

b. No of cumulative beds facility in the Hospital(s) (more the number more

the weightage)

c. No of Ambulances Owned by the Service Provider (more the number

more the weightage)

d. Own Helipads (approved) for air-lifting within Hospital Campus / MoU

for the same within 1 km radius of the Hospital

20

3 Specializations & Capabilities:

a. Availability of permanent Burn Specialist(s) in payroll (yes / No)

b. Availability of exclusive Burn Casualty Ward(s) in Hospital (yes / No)

c. Organization’s formal Experience in providing medical service to Airport

or Airlines Industry (yes / No)

d. Availability of Aviation Medicine Unit/Department in the Hospital

(Yes/No)

20

4 Commanding Role Played in Disaster Management/Major Events:

a. Experience in handling Mass Medical Emergency

b. Formal Association with State/National disaster management Orgs (Yes

/ No)

c. Advisory Role (formal) to GoK/GoI Authorities in Medical Industry

(yes/no )

d. Formal tie up for Medical support to mega events like Cricket

Tournaments

20

5 Accreditation & Proven Track Record:

a. Industry specific Awards received by the Organization (Yes/No)

b. Industry specific Certifications/accreditations (Yes/No)

10

6 Physical Proximity to BIAL:

11 | P a g e

a. Distance (in KM) from BIAL to the hospital via NH/SH (lesser

distance more weightage )

b. Availability of Branch Hospitals in Bangalore (Yes/No)

c. Availability of clinics/medical unit(s) owned/operated by the

Hospital in 20 km radius of BIAL (Yes/No)

15

7 Network with Peer Groups:

a. Written agreement with other Hospitals in Bangalore for mass casualty

management (more in number more the weightage)

b. Written agreement with exclusive ambulance providers in Bangalore

(more in number more the weightage)

c. Inter-hospital casualty transfer agreements in Bangalore (more in

number more the weightage)

d. Tie-up for cashless/insurance based medical care (more in number more

the weightage)

e. Air ambulance arrangements (Formal agreement with air-ambulance

provider).

25

8 Financial Soundness:

a. Turnover (weightage based on strength of business in this field)

b. EBIDTA (greater the EBIDTA, more the weightage)

c. Cash Flow (Based on inputs available )

d. Revenue per Patient

i) Cost per Patient

25

9 a. Number of beds reserved at the Bidder’s Hospital for disaster

management only;

b. Documented business continuity management system;

c. Number of emergency mock exercises conducted in the past two years

d. Availability of aviation medicine specialist as permanent staff of the

Hospital

8.2.5 Based on the above weightage, if more than one bidder comes with same score,

BIAL reserves the right to decide the winner based on additional parameters

decided at that point of time.

8.2.6 From the time the Proposals are submitted, to the time the award of tender, the

Bidders shall not contact BIAL on any matter related to its Proposal. Any effort by

the Bidder to influence BIAL in the examination, evaluation, ranking of the

Proposals, and recommendation for award of the contract may result in the

rejection/disqualification of the Bidder’s Proposal.

8.2.7 BIAL shall evaluate the Proposals of only those Bidders who have satisfied the

eligibility criteria (pre-requisites) and complied with in a fair and unbiased

manner.

8.2.8 BIAL will also consider the past performance of the Bidder, and its constituent

individuals or entities as applicable, on other contracts with BIAL (if any) in terms

of quality of its operations and management.

8.3 GROUNDS OF DISQUALIFICATION:

12 | P a g e

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:

8.3.1 Declaration of the Bidder as ineligible due to past corrupt or fraudulent practices,

in any tender/bid process.

8.3.2 The Proposal not being accompanied by any supporting document/s or Annexure/s,

required to be submitted in accordance with this RFP.

8.3.3 Failure to comply with the requirements of the RFP, or the Proposal being non-

responsive to the requirements of the RFP.

8.3.4 If the Proposal is not signed, sealed and marked or does not contain all the

information as requested in the RFP, or in the format as specified in the RFP or

Annexure/s, BIAL may reject the Proposal as non-responsive.

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

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

information.

8.3.6 If the Bidder is black listed or debarred by any major corporates or by the any

governmental agency.

8.3.7 Any Proposal is received after the timeline as set-out in this RFP.

8.3.8 Misrepresentation/ Fraud/ Breach of Terms and Conditions: If it is discovered at

any point of time that the Bidder has suppressed any fact or given a false

statement or has done misrepresentation or fraud or has violated any of the terms

of this RFP, his Proposal may be cancelled by BIAL. In such an event, the Bidder

will not be entitled to any compensation whatsoever, or refund of any other

amount, if any, paid by him. Further, the Bidder will be debarred for a period of 05

years from participating in any of the BIAL’s works at KIAB.

9. INSTRUCTION TO THE BIDDERS AND PROPOSAL SUBMISSION:

9.1 INSTRUCTION TO THE BIDDERS :

The Bidder shall submit a valid and binding Proposal on or before due date of submission,

along with the following:-

Security Deposit :The Service Provider, on execution of the Agreement, shall

deposit with BIAL, an interest free refundable security deposit (the “Security

Deposit”) by way of a demand draft or banker’s cheque issued in favour of

“Bangalore International Airport Limited” and payable at Bangalore. The Security

Deposit shall be an amount equal to 500000 (five lakhs only). The Security Deposit

shall be paid by the Service Provider within fifteen (15) days from the Execution

Date. The Security Deposit, less such deductions as may be made there from by

BIAL shall be refunded by BIAL within three (3) month after the expiry of the Term

of the Agreement or earlier termination.

13 | P a g e

10. SUBMISSION OF PROPOSAL:

10.1.1 The Bidder shall provide the Proposal to BIAL in a sealed envelope super-scribed

with “PROPOSAL FOR AIRPORT MEDICAL SERVICE” on the envelop to the address

mentioned in the RFP.

10.1.2 The Proposal shall comprise of the following:

Part - 1

A letter on the letter head of the Bidder, signed by the Authorised Signatory, as

per Annexure-1A: Covering Letter, Litigation History as per Annexure1B, General

Information as detailed in Annexure 1C; Documents to be furnished as per

Annexure1D.

Part – 2

A Power of Attorney duly notarized or certified true copy of a Board Resolution in

favour of signatory of the Proposal, authorizing the signatory of the Proposal, to

submit the Proposal on behalf of the Bidder (“Authorised Signatory”) and to

execute and perform the Agreement (if awarded).

Part – 3

Bidder shall provide details regarding Bidder’s eligibility criteria and submittals in

Proposal as sought by BIAL as per Annexure- 2. The Bidder shall provide such

details of itself, as asked by BIAL in Annexure-2, which shall demonstrate

experience and expertise in performing the Services. The Bidder shall also provide

details of Hospital/infrastructure/equipment of Bidder as per the format in

Annexure 2A;

Part - 4

A copy of the RFP, all its Volumes, its Annexures, including any addendums or

corrigendum issued, initialed and sealed on every page by the Authorised Signatory

to indicate acceptance and acknowledgement of the RFP.

10.1.3 Credentials of the Bidder’s:- BIAL may at its discretion, contact the references for

verification as provided by the Bidder in terms of Bidder’s eligibility criteria and to

qualify the bidding (as pre-requisites) as sought by BIAL as per Annexure 2.

10.1.4 The Financial Proposal shall comprise of following (Closed envelope, super scribing

“Financial Proposal”):- A letter on the letter head of the Bidder, signed by the

Authorized Signatory, addressed to BIAL stating the numerical and words, in

Rupees/ INR, in event the Bidder were to be selected as the Contractor, regarding

all costs towards all activities mentioned in the Scope of Services (attached herein

as Annexure-3) with response times. The Commercial bid format is to be

submitted by the Bidder as per Annexure- 4.

14 | P a g e

10.1.5 The language for all written communication shall be English and currency shall be

Indian Rupee. If any document, certificates, evidences are in other languages, an

open translation of the content shall be attached with the same.

10.1.6 Cost of Proposal:- The Bidder shall bear all costs associated with the preparation,

submission and presentations (if required by BIAL) of its Proposal and BIAL shall, in

no case, be responsible or liable for such costs, regardless of the outcome of the

RFP process.

10.1.7 It is obligatory on the part of the Bidder to submit all information required as per

this RFP, failing which the Proposal shall be deemed to be incomplete and BIAL

shall have the rights to reject such Proposal.

10.1.8 BIAL shall organize a pre-bid meeting and site visit to address queries of Bidders on

29th March 2016 at the BIAL Office between 10.00 and 16.00 hrs. The specific

schedule to the respective bidders or group of bidders will be communicated via e-

mail. It is mandatory for the Bidders to attend pre-bid meeting and site visit. Each

Bidder may be represented by a maximum of 3 (three) personnel, carrying an

original written authorization by the Authorized Signatory of the Bidder for

attending the pre-bid meeting and site visit. Bidders shall send all their queries for

discussion in the pre-bid meeting by e-mail to [email protected] before

17.00hrs IST on 21st March 2016.

10.1.9 Note: Any discrepancies, omissions, ambiguities or conflicts in or among the

documents forming part of the RFP, Agreement or the Scope of Services, or any

doubt as to their meaning shall be called to the attention in writing by e-mail to

[email protected] before 17.00hrs IST on 21st March 2016. The Bidders shall

disregard any oral instructions issued by any person, unless issued in writing by

BIAL.

11. VALIDITY :

The Proposal shall be valid for a period of 90 calendar days from the Proposal

Submission Date (as defined in this RFP). Prior to expiry of the bid validity period,

BIAL may request the Bidders for a specified extension in the period of validity. The

request and the response thereto shall be made in writing. A Bidder agreeing to the

request shall not be permitted to modify its Proposal, but shall be required to extend

the validity of its Proposal correspondingly. All the terms of the RFP shall continue to

be applicable during the extended period of validity.

12. FORMAT & SIGNING OF THE PROPOSAL :

12.1 The Bidder shall provide all the information as per this RFP. BIAL reserves the right

to evaluate only those Proposals that are received in the required format,

complete in all respects and in line with the instructions contained in this RFP.

15 | P a g e

12.2 The Bidder shall prepare and submit the Proposal in original along with an

additional copy and a CD containing a scanned copy of the original.

12.3 The Proposal shall be bound, signed and each page shall be initialed by the

Authorized Signatory of the Bidder.

12.4 The Proposal (Original + Copy + searchable softcopy) and the Commercial bid

(Original + Copy + searchable softcopy) shall be submitted in two separate

envelopes. These two envelopes shall be submitted in a single outer envelope.

The outer envelope should clearly mention following details:

“PRIVATE AND CONFIDENTIAL”

PROPOSAL for RFP - AIRPORT MEDICAL SERVICE

To

Bangalore International Airport Limited,

Kempegowda International Airport, Devanahalli,

Bangalore-560300, India.

Attention: DGM Procurement & Contracts, BIAL (+91 80 66782630)

<Authorised Signatory, Name of Bidder and Bidder's Address>

If the envelope is not sealed and marked, as instructed above, BIAL assumes no

responsibility for the misplacement or premature opening of the Proposal submitted.

In this case, the prematurely opened proposal will be rejected & duly returned.

13. PROPOSAL DUE DATE & TIME:

The following timetable indicates the BIAL’s intended schedule:

Description Date Comments/ Format

RFP release 10st March 2016 RFP will be published on BIAL Website. If a

pdf version required to be sent to e-mail,

the same can be undertaken on request

made to corpbid

Pre-bid clarifications

request

21st March 2016 Bidders can send their queries & area of

clarification requirements writing in detail

to [email protected] before hrs

17.00 hrs

Pre-bid clarifications

request & site visit

29th March 2016 Queries & clarification raised in writing

and sent to [email protected] will

be addressed in this meeting. A site visit

to the facility locations also will be

arranged on the same day. The specific

schedule will be communicated via e-mail.

16 | P a g e

Submission of proposal

(no date extension)

15th April 2016

before 16.00 hrs

(no date

extension)

Strictly in accordance with the submission

requirements detailed within this

document. NB: Bidders shall comply with

the specifics of the submission & the

communication mediums.

Note:

a. BIAL may, in exceptional circumstances and at its sole discretion, extend the

Proposal Submission Date by issuing an Addendum on its website.

b. The Proposal shall contain no alterations or additions, except those to comply with

instructions issued by BIAL or as necessary to correct errors made by the Bidder, in

which case such corrections shall be initialed by the Authorized Signatory.

14. RESPONSIBILITIES:

It is the sole responsibility of the Bidder to:

14.1 Examine, understand and conduct its own investigations and analysis; examine

the accuracy, reliability and completeness of the information provided in this the

RFP documents, including all the annexures/appendices and to verify their

completeness. All other matters that might affect the Bidder’s performance

under the terms of this RFP, including all risks, costs, liabilities and contingencies

associated with this RFP, the Scope of the Service and the Agreement.

14.2The Bidder shall make all relevant investigations in relation to the performance of

its obligations pursuant to the Bidder’s right.

14.3 In the event that there are any pages or documents obviously missing or

erroneously inserted in the documents supplied or there are any concerns implied

or related to but not specifically mentioned, the Bidder shall promptly inform

BIAL to have such discrepancy rectified well before the RFP closing date.

14.4 The Bidder shall be responsible for obtaining and maintaining permits and also for

complying with all the laws, orders, regulations or other instructions issued by all

statutory authorities in India.

14.5The Bidder agrees that all information pertaining to BIAL’s business and other

information by BIAL are confidential information of BIAL. The same shall be kept

confidential and shall not be disclosed to any third party without prior written

approval of BIAL.

15. CONFIDENTIALITY:

15.1 BIAL and the Bidder shall ensure the confidentiality of all documents supplied

by either party to either side.

15.2 All documents will be used in RFP process only.

17 | P a g e

16. ASSIGNMENT

16.1 Any assignment of the Agreement for Product and Services or of any rights hereunder,

in any manner, by operation of law or otherwise, without the prior written consent of

BIAL, shall be void. Any such consent shall not relieve the Consultant from its

obligations under the RFP and Agreement for Product and Services.

16.2 The Bidder shall not give, bargain, sell, assign or sublet or otherwise dispose-off the

Proposal or any part thereof, or the benefit or advantage of being the Consultant or

any part thereof to any third party.

17. LAW & JURISDICTION

The Proposal shall be considered, governed by and interpreted in accordance with the

laws of Republic of India. The jurisdiction for the purposes of the bid shall be the

courts in Bangalore only.

18. ADDENDUM/CORRIGENDUM

18.1 At any time prior to the closure of the Proposal submission date, BIAL may, for any

reason, shall have the right to modify the RFP, extend the dates of submission by

issuing Addendum/Corrigendum. Any Addendum/Corrigendum issued, shall form a

part of the RFP pursuant to this Clause, and shall be uploaded on BIAL website. BIAL

also reserves the right to extend the dates of submission of the Proposals even after

the Proposal submission date but before opening of the Proposals.

18.2 In order to afford the Bidder’s reasonable time to take an amendment into account,

or for any other reason, BIAL may, at its sole discretion, extend the due date for

submission of the Proposals, in which case, all rights and obligations of BIAL, and the

Bidders previously subject to the original deadline will thereafter be subject to the

extended deadline or as notified by BIAL.

18.3 In case of issuance of Addendum/Corrigendum, BIAL may also modify the other dates

in relation to this RFP.

18.4 In case, after issuance of Addendum/Corrigendum, the Bidder, who have already

submitted their Proposals, need not resubmit their bids, but can submit the

modification, if desired by the Bidder, in accordance with the terms and conditions of

this RFP, to the extent of Addendum/Corrigendum, and the same shall be treated as

part of already submitted proposal. if the Bidder, who have already submitted their

Proposals, do not modify their bids, pursuant to the Addendum/Corrigendum, it shall

be deemed that, such Bidder do not intend to modify their Proposals submitted, on

the basis of the Addendum/Corrigendum and the Proposal submitted by such Bidder

shall be treated as final proposal submitted by them.

19. BIAL’S RIGHT TO ACCEPT OR REJECT RESPONSE

19.1 BIAL’s right to accept or reject any response is absolute. BIAL reserves the right to

accept or reject any or all of the responses without assigning any reason and to take

any measure as it may deem fit, including annulment of the bidding process, at any

time prior to the selection of the supplier, without liability or any obligation for such

acceptance, rejection or annulment.

18 | P a g e

19.2 BIAL reserves the right to invite revised responses from suppliers by issue of an

Addendum, at any stage, without liability or any obligation for such invitation and

without assigning any reason.

19.3 Nothing contained herein shall confer right upon a Bidder or any obligation upon BIAL.

The Bidder hereby voluntarily & unequivocally agrees not to seek any claims,

damages, compensation or any other consideration whatsoever on this account, from

BIAL.

20 LIST OF DOCUMENTS FORMING PART OF RFP AND ATTACHED AS ANNEXURES

Annexure 1 : 1A – Template for Covering Letter

1B - Template for Litigation History

1C – Template for General Information of the Company

1D – List of Documents to be furnished;

Annexure 2 : Bidder’s eligibility criteria.

2A – Template for details of hospital, infrastructure & equipment

Annexure 3 : Detailed Scope of Airport Medical Services

3A - Airport Medical Facility Location and Plan.

Annexure 4 : Template for Financial/Commercial Bid

Annexure 5 : Services Agreement Template

19 | P a g e

ANNEXURE-1A

TEMPLATE FOR COVERING LETTER

[On Bidder’s letterhead]

[Location, Date]

To:

…………………………………

Bangalore International Airport Ltd.

Alpha-2,

Kempegowda International Airport Bengaluru,

Devanahalli, Bangalore - 560 300

Dear Sir/Madam:

Subject: Proposal in response to the Request for Proposal for providing Medical

Services

1. Having read, carefully examined and understood the above Request for Proposal

and all annexures, Agreement and other documents attached thereto and all

subsequent addenda and clarifications issued pursuant thereto (collectively the

“RFP”), we hereby offer to perform the Services (as defined in the RFP) in

accordance with the Scope of Services and the terms and conditions set forth in the

Agreement provided as Annexure-5 to the RFP and the other RFP documents.

2. We hereby agree and confirm that our Proposal has been prepared strictly in

conformance with the instructions in the RFP (including the forms set forth therein)

and that we shall at all times act in good faith and abide by the terms and

conditions of the RFP during the Bid Process.

3. We agree that we have inspected and examined the RFP documents and have

ascertained that they contain no inconsistencies, errors or discrepancies and have

otherwise familiarized ourselves with all conditions of the RFP which may affect

our Proposal and all queries on other contractual matters have been addressed.

4. Without prejudice to the generality of the foregoing:

(a) We undertake to keep our Proposal valid and open for acceptance without

unilaterally varying or amending its terms for the Proposal Validity Period

stated in the RFP;

20 | P a g e

(b) We agree that if our Proposal is accepted, we will execute the Agreement,

provide the necessary indemnities & insurances and obtain and provide the

Performance Guarantee; all in accordance with the RFP

(c) We acknowledge and agree that the acceptance of our Proposal and award

of the contract, and the cancellation or modification of the RFP at any

stage is at BIAL’s sole discretion and any decision taken by BIAL in relation

to the RFP (including any award) is final and binding on us and we shall have

no rights or claims arising out of or in relation to any decision of BIAL in

relation to the RFP or the selection process thereunder.

(d) We acknowledge and agree that BIAL is not bound to accept the lowest or

any Proposal or offer that BIAL may receive.

5. We represent and warrant to BIAL that as of the date of submission of the Proposal

and till the end of the Proposal Validity Period (as may be extended):

(a) the information furnished by us is complete, accurate, unconditional and

fairly presented;

(b) we have the necessary technical and financial ability and adequate skilled

and experienced resources for undertaking the Services if our Proposal is

accepted;

(c) we are in compliance with all the terms and conditions of the RFP;

(d) there is no information, data or documents which have not been disclosed

which may prejudicially affect BIAL’s evaluation or decision in relation to

the award of the contract;

(e) we have all the necessary corporate and statutory approvals and

authorizations to participate in this RFP and to submit the Proposal as a

binding offer in response to the RFP, the Confidentiality Undertaking and all

other documents that are required to be submitted pursuant to the RFP,

and to execute and perform the Agreement (if awarded); and

(f) we or the personnel we intend to engage for this assignment are not

disqualified from undertaking the assignment on account of security

clearance by the Government of India, any relevant authority of the

Government of India or by any international agency or other governments

and that at all times we shall provide any information required to assess the

same.

(g) we have factored in all costs and expenses for undertaking the Scope of

Services in accordance with the terms and obligations specified in the

Consultancy Service Agreement and the RFP in the preparation of our

Financial Proposal and that the same is sufficient and reflects our no-regret

offer in all respects.

21 | P a g e

In the event of occurrence of any events or circumstances that would render any of

the foregoing representations and warranties untrue or invalid, we covenant to

promptly notify BIAL of the same.

6. We declare that there has been no material adverse change in our financial and

technical, experience capability with reference to and including any additional

exposure to financial and/or legal risks to us. We further declare that we have not

been declared ineligible for corrupt or fraudulent practices in any tendering

process.

7. We further declare and confirm that, we are aware of the required Licenses &

Permits and clearances to be obtained for undertaking our obligations pursuant to

the RFP & Agreement under the Applicable Laws and agree to abide with the same.

8. We undertake that we will intimate BIAL of any material change in facts,

circumstances, status or documentation relating to us during the Proposal Validity

Period (as may be extended in accordance with the RFP).

9. This Proposal shall be construed, interpreted and governed, in all respects, by the

laws of India, without reference to its conflict of law principles. The courts at

Bengaluru will have exclusive jurisdiction in respect of all matters arising out of

this Proposal.

10. We have agreed that [______________________] [Insert Authorised Signatory’s

name] will act as our representative and has been duly authorized to submit the

Proposal and authenticate the same, make amendments thereto and undertake

such other actions as set out in the power of attorney / resolution of the board of

directors / authorization attached with this Proposal, which will be binding on us.

11. We have provided details, in accordance with the instructions and in the form

required by the RFP and have attached the same as appendices to this Proposal.

These documents form an integral part of this Proposal:

Part 1 – Covering Letter as per Annexure-1A, Litigation History as per Annexure-1B,

General Information as per Annexure-1C, Documents to be furnished as per

Annexure -1D;

Part 2 - Power of Attorney;

Part 3 – Bidder’s eligibility criteria to qualify the bidding as per Annexure-2 and

details of Hospital/infrastructure/equipment of Bidder as per the Annexure 2A;

Part 4- Accepted and acknowledged RFP, addendums, corrigendum(s) of RFP if

any.

Yours sincerely,

For and on behalf of [name of Bidder]

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Bidder:

22 | P a g e

Address:

<Seal of Bidder>

ANNEXURE 1B

TEMPLATE FOR LITIGATION HISTORY

Year Award /

order /

judgment /

decree etc.

FOR or

AGAINST

Applicant

including

present

litigation.

Name of client, cause of litigation, and matter in

dispute

Disputed

amount (current

value)

Note:

Bidders should provide information on any history of litigation or arbitration resulting from

contracts executed in the last five years or currently under execution. BIAL shall also

analyse the details provided in this form to determine any possible impacts to this project;

BIAL reserves the right to accept or reject the Proposal accordingly.

23 | P a g e

ANNEXURE 1C

TEMPLATE FOR GENERAL INFORMATION OF THE COMPANY

Bidder Information

Registered name

Country of constitution and Cities

of Operations and address

Year of constitution

Registered address in the country

of constitution

Firm/Company History

Promoters and existing

Shareholding Pattern;

Management Strategy

Total Turnover for the last five

years and certified true copy of

the audited balance sheet for the

past five years.

Authorized representative

(name, address, telephone

numbers, fax numbers, e-mail

address)

Bidder’s registered address in

India (If applicable)

Note:

Please provide a certified true copy of the constitutional documents of the

Applicant.

Please provide board resolution/power of attorney in favor of authorized

representative authorizing him/her to submit the Response.

BIAL shall analyse the details provided in this Annexure B to determine any possible

impacts to this project; BIAL reserves the right to accept or reject the Response

accordingly.

Please provide the Details of Hospital/infrastructure/equipment of Bidder as per

the format in Annexure 2A.

24 | P a g e

ANNEXURE 1D

LIST OF DOCUMENTS TO BE FURNISHED

Certified true copy of the:

a. Certificate of Incorporation;

b. In case of company Memorandum & Articles of Association and in case

of other entities relevant document. (Registration Certificate,

Partnership Deed -if Bidder is a partnership firm etc.)

c. company turnover statement for the last five years supported by annual

reports;

d. Certificate of Registration of Establishment issued by the Labour

Department.

e. Permanent Account Number Card (both sides);

f. Value Added Tax Registration Certificate;

g. Service Tax Registration Certificate;

h. Experience certificate and customer satisfaction certificates

i. Copy of PF and ESI registration;

j. Details of the existing contract with major clients;

k. Details of the existing clients and details such as address, contact

number and mail address;

l. Board resolution/Authorization letter/power attorney issued in favour

of the authorized signatory, authorizing to represent and sign the

current Proposal and execute the subsequent Services Agreement.

Note:

1. BIAL reserves its right to demand any other additional information that

might be relevant for the evaluation of the proposal, at a later stage.

2. BIAL shall analyse the details provided in this Annexure to determine any

possible impacts to the project; BIAL reserves the right to accept or reject

the Response accordingly.

25 | P a g e

ANNEXURE- 2

BIDDER’S ELIGIBILITY CRITERIA TO QUALIFY BIDDING

Sl.

No.

Criteria

(Evidence shall be provided for each of the pre-requisites)

Evidence

Details &

Reference No.

1 Minimum 5 years’ experience in licensed Medical Care/Hospital

Industry

2 Having its own multi-specialty/super-specialty hospital in the City

of Bangalore with minimum 100 beds

26 | P a g e

Annexure 2A

DETAILS OF HOSPITAL/INFRASTRUCTURE, EQUIPMENT AND PERSONNEL

(A) Medical Inspection Room Immoveable Asset

(for 2 MI Rooms with 1 Nursing Station)

Sl No Particulars Quantity

(B) Medical Inspection Room Moveable Assets

(for 2 MI Rooms with 1 Nursing Station)

Sl No Particulars Quantity

(C) Crash Cart & Ambulance Consumable Stock

(for minimum 2 ambulances)

Sl No Particulars Quantity

(D) Ambulances with Moveable & Immoveable Assets (Minimum 2 ALS)

(for minimum 2 ambulances)

Sl No Particulars Quantity

(E ) Pharmacy Consumable Stock

(for minimum 2 ambulances)

Sl No Particulars Quantity

27 | P a g e

(F) STAFF FOR AIRPORT DUTY

(Doctors, Paramedics, EMTs, Pharmacists, Divers etc)

Sl No NAME QUALIFICATION EXPERIENCE

28 | P a g e

ANNEXURE- 3

DETAILED SCOPE OF AIRPORT MEDICAL SERVICE AT KIAB

The Service Provider shall inter alia provide the following major domains of Airport

medical Services:

1. Setting up, Operation & Management of clinics & pharmacies for day-to-day

medical care;

2. Deployment, Operation & Management of ambulances for day-to-day medical

support;

3. Mass casualty management within the Airport and in its vicinity with support

of panel hospitals, panel doctors, ambulance service providers etc.;

4. Management of BIAL MI Room located at ARFF & Ancillary Medical Facility

Support at BIAL;

5. Complete participation in Emergency Mock Exercises (full-scale, partial, and

table top exercises);

6. Partnering with BIAL for various need based Medical training for Airport Staff

7. Advanced medical care support including air ambulance, tele-medicine, Bike

Ambulance etc.;

8. Support to Govt of India & Govt of Karnataka in handling public health

emergencies such as Ebola, Zika, MERS, Pulse Polio etc.;

9. Meeting compliance requirements to statutory regulations, audits, and

advisories with documented practices;

10. Partnering for various Airport staff welfare schemes by HR and promotional

initiatives with CSR.

For clarity, the above major domains are elaborated below.

I. SETTING UP, OPERATIONS & MANAGEMENT OF CLINICS & PHARMACIES

(24X7X365) FOR DAY-TO-DAY MEDICAL CARE:

The bidder/Service Provider:

a. shall set up, operate, and manage a clinic up to 10 bed facilities including an

Emergency Room & a Pharmacy in the location-1 with all medical equipment that

can stabilize the patient before sending to the hospital for advanced care.

The Bidder shall also setup, operate, and manage a Pharmacy in the location-2

round the clock, and a Casualty Stabilizing Centre with all required equipment that

can stabilize the PTB based patient before sending them for advanced care.

b. shall make available, 2 numbers of professionally qualified medical doctor, 2

paramedic, and 2 pharmacist exclusively for the Location 1 & 2. If more support

staff required, that shall be suitable considered.

The Medical practitioners are based at the Location 1 & 2. However, in case any

emergency occurs within the airport premises, as per the aviation practices, the

Doctor(s) and/or the Paramedic(s) shall move to the incident spot for initial

29 | P a g e

medical care, followed by the casualty can be brought to the clinic or to the city

hospital.

c. The costs of routine services provided can be recovered from the clients/customers

availing the same, however the tariff rate for each service shall be dully vetted by

the BIAL authority; and such revenue SHALL be part of the commercial bid

submitted with the Proposal.

d. shall comply with all applicable laws including labour, aviation laws.

e. Service provider shall ensure that Duty Mobiles (Smart Phone Handset with Post

Paid SIM card) are available with (1) Duty Doctors, (2) Duty Paramedics, (3)

Ambulance Drivers, (4) all EMTs on Duty, (5) Pharmacists who are deployed

24x7x365. The cost involved in the same shall be part of the proposal at the time

of Bidding. The cost of setting up of Hotline communication between BIAl-AOCC

and the Service Provider Hospital also shall be factored.

f. The Service Provider shall explore option to sell Over the Counter (OTC) products

or even prescription medicines in the Security Hold Areas, partnering with any

other commercial outlet (on a revenue share model with such partners); if the

Bidder decides to do it, necessary approval for the same shall be obtained before

execution of the agreement with BIAL

g. ensure that the pharmacies shall have all prescription medical drugs and OTC

products available twenty-four (24) hours a day. The cost of goods sold to the

individual customer can be recovered from the customer; however, such revenue

SHALL be part of the commercial bid submitted with the Proposal.

h. shall ensure that the hospital shall have and maintain minimum three (3) numbers

of standard First Aid Kits in the clinic for carrying it for emergency use at remote

locations.

i. shall ensure that the hospital shall assign a dedicated Chief Medical Officer for

coordinating all day to day functioning of the Medical Service at the airport and

liaison with the designated BIAL Nodal Officer for meeting all administrative and

regulatory requirements as quick as it is required by the airport operator

j. shall ensure that the designated Chief Medical Officer shall prepare, and

implement various standard operating procedures such as (1) Mass Casualty

Management Triage Plan, (2) incident/accident response & management Protocol,

(3) Ambulance Operating Procedures (4) Multi-Hospital casualty transfer and

tracking procedures etc. as required by the Ministry of Civil Aviation, and in line

with the KIAB Aerodrome Emergency Plan. All such plans prepared shall be duly

approved by BIAL authorities in advance.

k. shall ensure that the hospital and all of its staff appointed or on roster for the

Airport providing medical Service have formally undergone the mandatory (1)

initial induction at the Airport and (2) refresher courses once in year.

30 | P a g e

II. DEPLOYMENT, OPERATION & MANAGEMENT OF AMBULANCES FOR DAY-TO-DAY

MEDICAL SUPPORT:

The Service Provider shall:

a. ensure availability of minimum two (2) advanced Life Support ambulances, one on

the airside and the other on the landside of the Airport 24x7x365 (Note: positioning

of the ambulances may vary from time to time as per change in airport emergency

plan).

b. ensure that the hospital shall dedicated ambulance drivers trained in first aid /

CPR to run the ambulances;

c. ensure that in normal time the ambulances shall park and manure only at the

designated space. Obtaining vehicle entry passes, airside driving passes, and airside

entry passes for all concerned staff shall be the responsibility of the Service

Provider.

d. in case of Death at the airport: the Service Provider shall ensure that the body of

the deceased has been kept at the Location-1 (Ambulances or Location 2 or

Location 3 shall not be used for this purpose) until it’s despatched to the mortuary

of own hospital or to the empaneled hospital, or any Government Hospitals unless

otherwise required by the law & order enforcement agency.

III. MASS CASUALTY MANAGEMENT WITHIN THE AIRPORT AND IN ITS VICINITY WITH

SUPPORT OF PANEL HOSPITALS, PANEL DOCTORS, AMBULANCE SERVICE

PROVIDERS ETC :

Airport Medical Service shall be the single point of contact for coordination of all

medical requirements during an emergency at Kempegowda International Airport,

Bengaluru. This includes adequate number/quantity of medical supply, ambulance

service, hospital beds, blood and blood volumes and medical practitioners.

The primary purpose of medical service (as defined by international aviation

regulations) is to provide triage, first aid and medical care in order to (1) save as many

lives as possible by locating and stabilizing the most seriously injured, whose lives may

be in danger without immediate treatment, (2) provide comfort to the less seriously

injured and to administer first aid, and (3) transport casualties to the proper medical

facility

To achieve the above objectives, there shall be (1) a Medical Coordinator or Triage

Coordinator at the disaster site responsible for onsite medical & triage management;

(2) Liaising Officer based at the AEOC for off-site medical coordination; and (3)

Medical Transport Officer for casualty and ambulance management at the Staging Area

near disaster site.

Further the Service Provider shall:

31 | P a g e

a. Strictly adhere to the Medical requirements detailed for accident/incident/disaster

management in the "Aerodrome Emergency Plan”; while major area of involvement

only listed in this RFP, if details pertaining to the role in such scenario required,

the bidder can demand the same in writing, so that it will be addressed during the

clarification phase of the RFP.

b. Ensure that a quick response team (QRT) consisting of doctors, paramedics, trauma

counsellors, triage supplies, medical supplies, coffin bags, and any other

requirements to contain a mass medical emergency is maintained at the Hospital in

such a way that in case of any such requirements the QRT reaches the airport

within 45 minutes from notification.

c. Ensure that the panel hospitals respond to mass medical emergency at the airport

in the following manner: (1) a team of medical practitioners reaching the airport to

support Triage Management, (2) another team with all resource support ready at

the hospital to take casualties sent to them. The panel hospitals shall have the

capability in terms of facilities, trained human resources, and competencies to

tackle major emergencies such as aircraft crash, terrorist attack etc. in the Airport

or up to 10 km radius of the Airport.

d. Ensure that Service Provider and the hospital shall act as BIAL’s single point of

contact for medical Services with regard to any disaster/emergency at the Airport.

To facilitate this process, hospital shall make arrangements within their

hospital(s), and enter into MoU with other hospitals, professionally qualified

medical practitioners, and ambulance service providers so as to ensure the

availability of minimum one hundred (100) dedicated emergency beds in the event

of an emergency, including the availability of appropriate numbers of ambulances,

surgeons, operating theatres and similar requirements.

e. Ensure that the Service Provider and the hospital shall enter in to formal mutual

aid agreement with all hospitals/nursing centres/clinics that has at least 25 bed

facility up to 30 km radius of the airport (both private and government) – as

required by the Govt. of India regulations.

f. Ensure that the Service Provider and the hospital shall have a well-defined disaster

management plan and protocol as required by the ICAO and DGCA, which comprises

designated Medical Coordinator, Triage Coordinator/Officer, Medical Liaising

Officer and Casualty Loading Officer.

g. Ensure that on the provision of a telephone call to the single point of contact as

defined in Agreement, the Service Provider /hospital shall immediately arrange to

source in additional medical supplies, medical personnel, quick response teams,

and ambulances so as to discharge its obligations hereunder, including contacting

partner hospitals and ambulance Company/Hospital and preparing them to receive

casualties. All liaison between other partner hospitals, ambulance providers and

healthcare professionals shall be carried out by the hospital.

h. Ensure that in the event of a disaster, the medical coordinator of the Service

Provider shall deploy adequate number of medical practitioners at various crisis

32 | P a g e

management locations at the airport such as (1) Triage area, (2) Care Centre, (3)

Meeter greeter service area, (4) Crew Reception Centre, (5) Reunion Centre (6) and

the Airport Clinics etc., as per actual requirements.

i. Ensure that professional psychiatrists or psychoanalysts to ensure trauma

counselling or psychiatric counselling for victims, relatives and other parties

involved in any emergency/disaster at the Airport.

j. Ensure that the hospital shall make available to BIAL copies of all MoUs /

agreements signed with other hospitals, ambulance Company/Hospital, and

doctors/counsellors to achieve the above objective.

k. Ensure that in the event of any disaster/emergency at the Airport, the designated

Duty Medical Officer (DMO) at the airport shall proceed immediately to the

accident site and commence triage and stabilization of casualties in conjunction

with the other paramedics and Aircraft Rescue and Fire Fighting (ARFF) personnel.

On arrival of the back end support team from the off-site hospital, the triage

organizations shall come into place.

l. The bidder shall ensure that MoU has been signed with Exclusive Ambulance service

providers and an emergency response plan to deploy any number of such

ambulances during mass medical emergency has been prepared with consent of

BIAL.

m. The Mass medical emergency management team (QRT) coming to the airport shall

be having personal protective equipment, uniform with clear name tag and hospital

names, company provided valid Photo ID Cards etc. at its own cost. All such

personnel shall be under the command of the Triage Coordinator/Liaising

Officer/Medical Coordinator as it is defined from time to time by the Service

Provider in consent of BIAL.

n. ensure that temporary morgue is set up near the incident site within the airport,

in case of mass casualty incidents occurred at KIAB.

o. Handling of the dead passengers/crew, followed by an accident at the airport is

one of the critical tasks that demand a concerted effort of the airport medical

service provider, local government agencies such as District Magistrate, Police and

Public Health Departments as well as the Airport Operator and the Airline

concerned.

p. Based on the Air Safety Circular 5 of 1973, and Air Safety circular No. 6 of 2010 and

other relevant regulations, the primary agency responsible to handle the deceased

are the jurisdictional Police Authority supported by the Airport medical service.

q. The Airport Medical Service Provider shall provide all timely support as required by

the Police or the District Magistrate for carrying out postmortem and other medical

requirements in such scenario.

r. The Service provider shall ensure collection of samples of viscera, blood samples,

and other body fluids, organs etc. post disaster/aircraft crash for investigation and

enquiry purpose. This is a regulatory requirement and shall comply without

compromise.

33 | P a g e

IV. MANAGEMENT OF BIAL MI ROOM LOCATED AT ARFF & ANCILLARY MEDICAL

FACILITY SUPPORT AT BIAL

EMTs support for ARFF Ambulances

a. As required by the regulation, BIAL has commissioned and maintained three

(3) ambulances at the airside attached with fire & rescue team for the sole

use at aircraft emergencies. They are driven by BIAL staff. However, the

Service Provider shall provide three (3) Emergency Medical Technicians

(EMTs) (preferably male paramedics) to man the ambulances and respond to

aircraft medical emergencies occurred at the airport.

b. Service Provider shall periodically inspect the aforesaid ambulances and

advice the BIAL team to ensure that (i) all medications therein are within

their published expiry dates; and (ii) all medical equipment therein is in

proper working order and condition. In the event any medication or medical

equipment is required to be replaced, Service Provider shall replace the

same at the cost of BIAL on actual basis.

c. In the event of BIAL rescue ambulances not available at the airside, the

Service Provider shall deploy equal number of ambulances to the airside.

Such ambulances shall be relieved only on resumption of the BIAL

ambulances, and all cost incurred towards positioning the same will be

borne by BIAL.

d. Service Provider shall maintain minimum three standard first aid kits in the

BIAL–ARFF ambulances for mass medical emergency / disaster response.

e. The EMTs deployed at ARFF shall adhere to the shift pattern of the ARFF

crew so that the synergy of responsibility ensured. All EMTs shall be

operationally reporting to the Duty manager ARFF, whereas administrative

reporting to the Service Provider.

f. Service Provider shall ensure 24x7x365 presence of EMTs strictly as per the

Indian labour law provisions & BIAL policies, as any deviation in the same

shall affect response to the aircraft emergency response.

g. The EMTs deployed at the ARFF shall be having personal protective

equipment (including safety shoes), uniform with clear name tag and

hospital names, company provided valid Photo ID Cards etc. at its own cost,

in addition to the Airside Entry permit issued by the Civil Aviation Security.

Airside Medical Inspection Room (24x7x365) at ARFF

a. As required by regulation, BIAL has established an airside Medical Inspection

room containing eight (8) beds for use at the time of contingency. The

Hospital shall ensure adequate quantity and type of medicines and medical

supply at the MI Room and maintain it.

34 | P a g e

b. Hospital shall conduct periodic inspection of the airside Medical Facility to

ensure functionality of equipment and validity of medical supplies.

c. The actual periodic replacement/utilization plan and cost of Medicines and

Medical equipment at the airside Medical Inspection Room at ARFF shall be

considered in the Proposal at the time of bidding. A jointly signed inventory

of medications and medical equipment, including their cost, shall be

maintained for each ambulance.

AED & First Aid Box

a. shall periodically inspect the Automated External Defibrillators (AED)

commissioned by BIAL at various locations in the airport and advice if any

corrective/upgrading activities required.

b. shall periodically inspect, and maintain up to date medical supply in the

First Aid Boxes established at strategic locations in the airport.

V. COMPLETE PARTICIPATION IN EMERGENCY MOCK EXERCISES (FULL-SCALE,

PARTIAL, AND TABLE TOP EXERCISES)

a. Hospital shall provide all support to BIAL during planning, briefing,

implementing, debriefing and documenting emergency exercises. The

exercise schedule will be (i) Full-scale exercises (once in two years), (ii)

partial exercises (twice in a year); (iii) Tabletop exercises (quarterly). Such

exercises can be either exclusively on medical response, or support role to

other airport functions.

b. In addition, Hospital shall organize internal Mock exercises at least once in

year with participation of all its panel hospitals and ambulance Hospital.

BIAL shall be invited to be party to/observer of such exercises and all

documentation pertaining to the same shall be shared with BIAL for

regulatory audit purpose.

c. Full Scale Emergency Exercise are on-site (field exercise) drills at the

Airport with involvement of all panel hospitals, QRT teams from the

hospital, Ambulance services (minimum 10 ambulances), and Triage

management in its totality. Whereas the partial exercises involves scaled

down facilities from the above. The cost involved in all such exercises shall

be factored in the proposal at the time of Bidding. BIAL will not make any

additional payment to the Service Provider for such mandatory exercises.

d. All exercises are to meet the civil aviation requirements for airport

emergency management, hence the rules, regulations, requirements, and

documentation as required by the Airport Operator shall take priority in the

exercises.

35 | P a g e

VI. PARTNERING WITH BIAL FOR VARIOUS NEED BASED MEDICAL TRAINING FOR

AIRPORT STAFF

a. Hospital shall conduct training need analysis for the airport staff in terms of

medical response and casualty management, and advice the BIAL

management for periodic trainings for various target groups. Such

professional trainings shall be conducted in the airport premises or in the

training facility outside as deemed fit by the BIAL & Service Provider

imparted by the professionally qualified personnel and participants duly

certified.

b. Bidder also can propose formal training programmes at their cost and

arrangements for the Airport Stakeholder Organizations with the objective

of enhancing capacity in aviation crisis management and generating

additional revenue. However, such Plans and Estimates shall be part of the

proposal at the time of Bidding and shall be included in the commercial

bidding as well

c. Any training organized in the airport campus shall be with advanced

information to and approval by BIAL authorities from time to time.

VII. ADVANCED MEDICAL SUPPORT INCLUDING AIR AMBULANCE, TELE-MEDICINE, BIKE

AMBULANCE ETC

a. BIAL airport is witnessing high rate of growth and the passengers travel

through this airport are a diverse community. The advanced health facility

that are required for such passengers at the airport also may be explored by

the Hospital. Some of the indicative list in this direction are:

Critical transfer of casualty (air – ambulance facility)

planned medical emergency (medical tourism)

advanced medical care (tele-medicine)

multi-speciality care (cardiac care with stabilizing etc)

indigenous medical care psycho-traumatic care (counselling)

Bike Ambulance service within the Airport premises for quick response

b. Any of the above services proposed shall be with the intention of enhancing

BIAL airport emergency management and generating revenue; all such

proposals and future development plan shall be part of the proposal at the

time of bidding, and shall be included in the commercial bidding as well.

VIII. SUPPORT TO GOVT OF INDIA & GOVT OF KARNATAKA IN HANDLING PUBLIC

HEALTH EMERGENCIES SUCH AS EBOLA, ZIKA, MERS, PULSE POLIO ETC

c. Public Health Emergency is a State subject for which the Airport Health

Organization (APHO) has been established at the airport. APHO is nodal to

all sorts of public health issue such as flue, Ebola, Yellow fever etc. The

Service Provider, as and when required/demanded by the Govt. authority,

shall provide all support to the APHO

d. The Service Provider shall have a clearly defined procedure and capability

to tackle all bio-waste generated at their facility. In addition to the same,

the bio waste generated at the APHO office and other locations (if any)

36 | P a g e

shall be handled by the Hospital. The commercials involved in this scope

and its licensing requirements shall be part of the proposal at the time of

bidding.

e. In case of any emergency associated with the CBRN (Chemical, biological,

radiological and nuclear), the partnering hospital shall work under the State

administration, and provide all possible support.

f. Human Quarantine facility as part of the airport medical clinic which is

capable of isolating passengers with communicable disease as identified

periodically by MoH. Responsibilities of the hospital for quarantine

requirements of individuals/aircraft as whole needs to be factored.

g. The Service Provider shall ensure that stock of all personal protective

equipment (such as masks, gloves, full body covers etc.) required to handle

Public Health Problems like Ebola shall be available at the Pharmacy for

sale to the needy.

IX. MEETING COMPLIANCE REQUIREMENTS TO STATUTORY REGULATIONS,

AUDITS, AND ADVISORIES WITH DOCUMENTED PRACTICES

1. Documentation is key for improvement and efficiency. It also helps to

demonstrate the capability and comply with the regulations. The Hospital

shall ensure that it’s always in compliance with the regulatory

requirements from various Govt authorities, meet the certification and

licensing audits by various agencies and adhere to advisories issued by the

Govt.

2. The following mandatory requirements shall be completed by the Hospital

Qualified infection control team to prevent and control

outbreaks

Authorization from KSPCB for generation & storage of

Biomedical waste

Proper set up of waste management as per KSPCB norms

3. The following types of documentation shall be maintained by the Airport

Medical Centre and share with BIAL. They comprises:

Mass Casualty Management Plan (Triage Management Plan).

This shall be updated at least once in year and obtain due

approval of the Airport Operator on behalf of the DGCA

SOP for casualty management at KIAB (detailed plan of

resource deployment to address day-to-day off-site

incidents/accidents). This shall be updated at least once in year

and obtain due approval of the Airport Operator on behalf of

the DGCA

Consolidated report of all medical cases attended by the

Service Provider: This is monthly submission to BIAL

37 | P a g e

Case study reports of major/controversial Medical cases at

KIAB. This is based on individual cases occurred from time to

time

Roster of employees. This shall be submitted on the 25th of

every month for the subsequent month of deployment. Any

change in the published roster due to contingency shall be

communicated in writing to BIAL at least 6 hrs prior to the

effective change

Emergency contact directory of all staff, and empaneled

team. Any change in the same shall be communicated in writing

to BIAL from time to time

On the sport death certificate and/or death summary: in case

of death occurred on board of the aircraft/anywhere in the BIAL

campus. This is critical to contain the contingency from any

triggering effect and to meet the regulatory requirements.

Book of accounts (monthly): audited or unaudited financial

statement of the operations at KIAB shall be furnished to BIAL

on monthly basis. However, annual financial report submitted to

BIAL shall be audited account statements

Submission of waste generation report for the Bio-Waste: This

report shall be prepared and shared with BIAL in writing on

Monthly basis.

Any other report as required by the DGCA or Airport Authority

X. PARTNERING FOR VARIOUS AIRPORT STAFF WELFARE SCHEMES BY HR AND

PROMOTIONAL INITIATIVES WITH CSR.

a. The Service Provider shall explore options for the following to ensure best

customer/employee satisfaction at KIAB, and to generate more revenue for

better and sustainable airport medical service. Indicative list of

opportunities are:

Pre-employment check

Contract with airport organizations for their staff welfare

schemes

Annual health check-up of BIAL and other airport organizations

Health cards to employees of various airport organizations

Acceptance of Insurance Cards at Hospital and Airport Clinic

Airline Crew Agreement for Breath Analyzer Tests.

Visibility of brand and its value addition, being present at the

international airport. Availability of business opportunities by

virtue of operating in airport should be considered (more than

35 domestic & international airlines, more than 10

concessioners, and various contractors).

Explore opportunity to Partner with BIAL for various CSR

initiatives in and around the airport.

Any further clarification on the same shall be obtained during the pre-bid

meeting. Any firmed up proposition on the above shall be part of the

proposal at the time of Bidding and included in the commercial proposal as

38 | P a g e

well

XI. Various other specific Points to be considered:

a. The Service Provider shall ensure that the doctors escort sick/injured

person from Airport to the city hospital on requirement basis.

b. Due to snake menace, anti-venom drugs should be made available in the

medical room 24/7.

c. The ambulance drivers need to be trained on Airside Safety procedures and

ADP will be issued to them. They have to be independent during medical

emergencies/ambulance requirements, without depending on Follow Me or

airport support. Sufficient number of ambulance drivers shall be available

on roster and will be trained accordingly.

d. Procedures for consolidated monthly bill clearance (cashless treatment) for

Airport staff (instead of paying upfront) by the concerned agencies may be

considered. Any staff working in KIAB need not search for money when

medical treatment is required on the job.

e. Medical practitioners & Drivers deployed at KIAB shall be fully conversant

with usage of Wireless set. Alternatively, the ambulance driver should

have 24/7 duty mobile number.

f. The Service provider under no circumstances shall understaff the medical

facility due to whatsoever reason. The complete responsibility of ensuring

AEP and other security clearance documentation shall lie with Service

Provider. If there is a delay or unavailability of the doctor or staff at

facility in each shift or restricted movement of ambulance or drivers at

airside due to access issues, it will be handled based on the penalty clause

in the agreement

g. The Service Provider shall maintain/reserve a good strength of doctors,

nursing staffs, EMTs, Drivers and Pharmacist to mandatorily have

Temporary AEP, Police Verification/ passport issued in last 5 years. This

will ensure availability of readily deployable staffs or doctors in case there

is any HR shortage owing to whatsoever reason.

XII. Security Clearance

The Service Provider shall obtain security clearance for all its personnel,

employees from BCAS for operating at the Airport and shall also obtain

Airport entry permits.

Security clearance documents shall be submitted to the Airport operator

minimum 03 months prior to start the operations for onward submission

to the office of Regional Deputy Commissioner of BCAS to carry out

background check of the Company and Board of Directors and also for

approval for issuance of airport entry permits.

Security clearance documents to be submitted in triplicate.

The relevant portions of security clearance documents has to be signed

39 | P a g e

by Director/Owner/President/ Vice President level employee.

S

No.

DOCUMENS REQUIRED DESCRIPTION OF DOCUMENTS

1 Copy of certificate

issued by Registrar

of companies or any

other central/ state

govt. authority

registering the

company for similar

nature of work.

a) Incorporation certificate or Registration

certificate

b) Memorandum of Articles

c) Articles of Association

d) Form 32 is required cessation and addition of

Board of Directors, if any changes in the

constitution of the Board of Directors, since

formation of the company

e) In case of change in address of the registered

office, Form 18 is required.

2 Profile of the Company/

Contact address

a) Brief description of the Company with past

experience in the field.

b) Details of owner/Directors official contact

address with contact numbers.

3 Residential address of Board of

Directors

a) Present & Permanent residential address,

details of all the Board of Directors/Owner(as on

date) for past 05 years and proof of residence.

b) Passport copies of all Board of Directors/

Owner.

4 Foreign Board of Director In case of Board of Director other than Indian

national, IB clearance format has to be submitted

for obtaining clearance from Intelligence

Bureau(IB)

5 Share Holding Pattern In case of any Foreign Direct Investment (FDI),

share holding pattern of the Company to be

declared, else a declaration stating “No FDI

involved” to be submitted.

6 BCAS Clearance Any other security clearance from Bureau

of Civil Aviation Security (BCAS) is

obtained earlier, the details shall be

disclosed

Details and requirements regarding Airport Entry Permits:

As per Rule 90 of Aircraft Rules, 1937 read with Rule 18 of Aircraft (security) Rules

2011, Commissioner of security (Civil Aviation), Bureau of Civil Aviation Security or

Aerodrome operator or any person authorized by the Central Government in this

behalf have been vested with the powers to issue Aerodrome Entry permits to

persons for their legitimate functions at the Airport. Accordingly, Commissioner of

Security, BCAS, authorized Airport operator vide revised aerodrome entry policy

guidelines for the entry in airports/ civil enclaves in India to Issue Temporary

40 | P a g e

Airport Entry Permits for Indian Nationals for a maximum period of 90 days as an

initial Issue and reissue of AEP’s with approval of Regional Dy. Commissioner, BCAS

PERMANENT AIRPORT ENTRY PERMITS

Permanent AEPs are to be issued for a period of 90 days and above by BCAS. After

obtaining security clearance, the Service Provider can apply for permanent airport

entry permits for their employees.

Documents to be attached for issuance/re-issuance of Permanent Airport Entry

Permits

1. Duly filled up AEP application form

2. Self-attested and counter signed by the Authorized signatory on copy of

Passport or Police Verification issued by either Commissioner of Police or SP of

police issued within 05 years.

3. Copy of Appointment order/ Transfer order/Promotion order

4. Copy of AVSEC awareness certificate issued within one year.

5. Justification letter for new AEP’s may be provided by the agency concerned for

their fresh appointment and initial re-issue.

6. Part B & D of the application form and left side photograph shall be signed by

the authorized signatory of the organization and signature of the security

department in part E

7. Endorsement of concerned BIAL department is mandatory in case of service

providers of BIAL.

8. Copy of existing AEP needs to be attached for the reissuance of temporary AEP

9. IB clearance certificate, copy of passport and visa is required in case of foreign

nationals. If foreign nationals are staying more than 01 year in India required to

attach Police clearance certificate.

10. A fee of Rs. 75/- in the form of DD shall be drawn in favour of Airports

Authority of India, Hyderabad, payable at Hyderabad.

TEMPORARY AIRPORT ENTRY PERMITS FOR 90 DAYS

Temporary airport entry permits for 90 days shall be issued by Airport Operator as

an initial issue and re-issue will be subjected to the approval of BCAS. Application

for reissue of 03 months AEP shall be submitted 30 days prior to the expiry of

existing AEPs to airport pass office as approval is required from the office of

RDCOS, BCAS, Hyderabad region for re-issue of AEP’s.

Documents to be attached for issuance/re-issuance of 03 months Airport Entry

Permits

1. Duly filled up AEP application form

2. Self-attested and counter signed by the Authorized signatory on copy of

Passport or Police Verification issued by either Commissioner of Police or SP of

police issued within 05 years.

41 | P a g e

3. Copy of Appointment order/ Transfer order/Promotion order

4. Copy of AVSEC awareness certificate issued within one year.

5. Justification letter for new AEP’s may be provided by the agency concerned for

their fresh appointment and initial re-issue.

6. Part B & D of the application form and left side photograph shall be signed by

the authorized signatory of the organization and signature of the security

department in part E

7. Endorsement of concerned BIAL department is mandatory in case of service

providers of BIAL.

8. Copy of existing AEP needs to be attached for the reissuance of temporary AEP

9. IB clearance certificate, copy of passport and visa is required in case of foreign

nationals. If foreign nationals are staying more than 01 year in India required to

attach Police clearance certificate.

10. A fee of Rs. 75/- in the form of DD shall be drawn in favour of Bangalore

International Airport Limited

Note:

a) Employee requires AEP needs to undergo one day AVSEC Awareness training

conducted by Airport Operator before the issuance of AEPs.

b) Single Point of Contact (SPOC) shall be nominated by the service providing

agency for coordinating for the purpose of handling AEPs of their agency

concerned.

TEMPORARY AEP’S FOR 03 DAYS

Temporary AEP’s for a period up to 03 days shall be issued by the Airport Operator

only for operational purposes in emergencies as onetime measure. Such AEP’s will

not be repeated under any circumstances, however in case of emergent

requirement it shall be reissued with the approval of RDCOS, (CA), BCAS.

DOCUMENTS REQUIRED FOR TAEP FOR 03 DAYS

1. Duly filled up application form with the endorsement of sponsoring

organization/department of BIAL.

2. Copy of Identity proof issued by Government authority.

3. A fee of Rs. 75/- in the form of DD shall be drawn in favour of Bangalore

International Airport Limited.

AEP up to 03 days for Foreign National

Airport operator is authorized to issue temporary airport entry permits up to 03

days to foreign nationals for attending any emergencies/operational requirement

42 | P a g e

after surrendering their original pass port and re-issue of Temporary AEP for

another 03 days shall be subjected to the approval of BCAS.

43 | P a g e

ANNEXURE 3A

AIRPORT MEDICAL FACILITY – LOCATION AND PLAN DETAILS

BIAL will grant permissive right to the Service Provider and will provide approximate total

space of 780 sqm (Airport Medical Centre at Location-1), and an additional space of

approximate 48 sqm (Pharmacy cum Stabilizing Centre at Location-2) and the Service

Provider shall assume services, operate and manage the Facility/ Services on or before 1st

October 2016. In addition, a BIAL run 8 bed transit facility as mandated by DGCA also shall

be managed by the Service provider.

Location -1

An exclusive building proposed in between the existing terminal building and the proposed

Terminal-2 (in front of the Peers) for running the Airport Medical Centre. The entire

premises measures to 784 sqm, where BIAL will construct the Building at its cost (warm

shell with utility points terminated at the respective locations).

Location 1 (as above) is expected to shelter the following services (but not limited to):

1. Medical inspection Room (2 numbers) with beds, equipment and attached washing facility

2. Nursing station 1 common for both consulting room 3. Facility to accommodate “10 bed ward” 4. Emergency Room with approx. 3 beds for Casualty Stabilization 5. Attached Pharmacy with public access /sale window facility 6. Bio medical storage/handling area attached with the facility 7. The medical facility to have

Reception/registration desk

Waiting area,

Baby care room,

Medical equipment storage room for stretcher, wheel chair etc ,

44 | P a g e

Small pantry

Separate toilets for Men / Women/Special Care 8. Space for ancillary services such as Telemedicine, Ayurveda, X-Ray facility and

other similar value addition services (optional / depends on space utilization plan) 9. Parking facility for minimum 5 ambulances at a time on the yard of the Facility 10. Parking area for max 2 Staff vehicle 11. One way entry / exit roads to the facility for faster ambulance movement. 12. Access (lift/stair case) provision to level one, in future expansion

NOTE: - After considering the above provisions, if the bidder proposes to include any

other specific services associated with Medical Industry and useful to the Airport

users/customers with the intention of making medical service prone to user

requirements and revenue generating, or alternative to the above suggested list,

they shall propose such services in the bidding time itself. For such proposals, the

bidder can consider Location-1 and/or Location-2 only.

Location-2

The medical clinic located currently in the Passenger Terminal Building, Level 1 with an

area of 48 sqm is to be reorganized as “Pharmacy cum Stabilizing Centre’ where Pharmacy

will be run 24x7x367 whereas the Stabilizing Centre will be used only if critical casualties

from upper levels of the PTB necessitate stabilization before shifting to Hospital for

advanced care. Interior customization, furnishing, operation, maintenance, up-keeping of

the facility rests with the bidder.

Location -3

Location 3 is an eight bedded MI Room located at the Aircraft Rescue and Fire Fighting (ARFF) building to function as a casualty transit point in case of aircraft crash. The Medical

Location of

Location-2

45 | P a g e

service provider shall be responsible for maintaining medical storage at this location regularly ion monthly basis. The EMTs as detailed in the scope is based at this location

46 | P a g e

ANNEXURE 4

FINANCIAL/COMMERCIAL BID TEMPLATE

The Bidder may furnish the financial/commercial bid template appropriate to them but

capturing the essential data and information as required in the RFP.

47 | P a g e

ANNEXURE-5

MEDICAL SERVICES AGREEMENT TEMPLATE (as attached)