35
1 STATE BANK OF INDIA CORPORATE CENTRE STATE BANK BHAVAN MADAME CAMA ROAD, MUMBAI- 400 021 REQUEST FOR PROPOSAL (RFP) Request for proposal from Air Travel Agencies to provide Self Booking portal services for online booking of Air Tickets (Domestic & International) for the officials of the Bank across India RFP No: LD/2020-21/ 2 Dated 05/09/2020 Address for communication: Chief Liaison Officer State Bank of India Corporate Centre State Bank Bhavan Liaison Department Mezzanine Floor, Madame Cama Road, Mumbai- 400 021 Phone No: 022- 22740050 Email Id: [email protected] Fax No 022-22740060

REQUEST FOR PROPOSAL (RFP)...Should be able to provide dedicated server in physical form to the Bank for booking of airlines tickets. Should be able to provide 24 hours dedicated helpline

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

  • 1

    STATE BANK OF INDIA CORPORATE CENTRE STATE BANK BHAVAN

    MADAME CAMA ROAD, MUMBAI- 400 021

    REQUEST FOR PROPOSAL (RFP)

    Request for proposal from Air Travel Agencies to provide Self Booking portal services for online booking of Air Tickets (Domestic & International) for the officials of the Bank across

    India

    RFP No: LD/2020-21/ 2 Dated 05/09/2020

    Address for communication: Chief Liaison Officer State Bank of India Corporate Centre State Bank Bhavan Liaison Department Mezzanine Floor, Madame Cama Road, Mumbai- 400 021 Phone No: 022- 22740050 Email Id: [email protected] Fax No 022-22740060

    mailto:[email protected]

  • 2

    SCHEDULE OF BIDS

    1 Date of commencement of Bidding Process (Posting of RFP Document on Web Site / Publication of Tender)

    Date: 05/09/2020 Saturday Time:1000 hrs

    2 Pre-Bid Meeting (Virtual) Date: 14/09/2020 Monday Time:1200 hrs 3 Last Date and Time for Bid

    Submission Date: 25/09/2020 Friday Time:1700 hrs

    4 Date and Time of Technical Bid Opening (Virtual)

    Date: 28/09/2020 Monday Time:1200 hrs

    5 Presentation of Product of successful bidders in Technical Bid

    Date: 30/09/2020, 01/10/2020 and 03/10/2020 (From 1100 hrs onwards on all three days)

    6 Date of Commercial Bid Opening (Virtual)

    Date: 07/10/2020 Wednesday Time:1100 hrs

    7 Venue of opening of all Bids & Pre Bid meeting

    10th Floor Conference Hall, SBI Bhavan, Corporate Centre, Mumbai

    8 Contact Official of the Bank Name: Mr. Jogesh Raval Chief Liaison Officer Contact Number: 022-22740050 Fax: 022-22740060 Email: [email protected]

    9 Address for communication (Bank).

    State Bank of India Corporate Centre, State Bank Bhavan, Liaison Department, Mezzanine Floor, Madame Cama Road, Mumbai – 400 021

    Link for virtual bid meeting will be shared by e-mail. Please write on [email protected] to join the meeting.

    mailto:[email protected]

  • 3

    1. Overview: 1.1 The State Bank of India (SBI or the Bank) is India’s largest Bank with a network of over

    21000 branches spread across India. The Bank has its Corporate Centre at State Bank Bhavan, Madame Cama Road, Nariman Point, Mumbai- 400 021. The Bank is also having its various other offices at Mumbai and other places. There are approximately 1,05,800 officials working in the Bank in its Branches/ offices across India.

    2. Purpose: 2.1 The State Bank of India proposes to avail the services of reputed qualified and experienced

    Air Travel agencies who can provide the service of booking of Air Tickets (Domestic & International) for its officials, posted across India through a secured online Self Booking portal Self Booking portal in accordance with the details prescribed in this RFP.

    2.2 The purpose of the Bank behind this RFP is to seek a detailed technical and commercial proposal for services of the Air Travel agencies for booking of Air tickets (Domestic & International) online for officials of the SBI across India.

    3. Invitation:

    3.1 The bidders desirous to provide the above services to SBI as per the terms and condition in the RFP are invited to submit their technical and commercial proposal as stated in this RFP. The criteria and the actual process of evaluation of the responses to this RFP and subsequent selection of the successful bidder will be as mentioned in this RFP and any modification or changes to their terms and conditions mentioned in this RFP will be entirely at discretion of the Bank. This RFP seeks proposal from Bidders who have the necessary qualifications, experience, capability and expertise to provide services of online booking of air tickets for Bank officials adhering to the Bank’s requirement outlined in this RFP.

    3.2 This RFP is not an offer by the Bank but an invitation to receive responses from the eligible bidders. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is signed and executed by the Bank with the selected Bidder.

    4. RFP Terminology:

    Definitions: Throughout this RFP, unless inconsistent with the subject matter or context, the following words or phrases have the meaning respectively mentioned against such words/ phrases.

    4.1 Online Booking- Booking of Air Tickets (Domestic & International) through dedicated Self Booking portal of service provider made available to officers of Bank through Banks Intranet/ Mobile Application/ over telephone.

    4.2 Bidder- an eligible entity/ firm submitting a proposal/ bid in response to this RFP.

    4.3 Bank or SBI- Reference to “the Bank”, “Bank” or “SBI” shall mean the State Bank of India through its Corporate Centre at State Bank Bhavan, Madame Cama Road, Nariman Point, Mumbai.

    4.4 Proposal/ Bid- Bidder’s written reply or submission in response to this RFP.

  • 4

    4.5 RFP-The Request For Proposal (this document) in its entirety, inclusive of any addenda that may be issued by the Bank.

    4.6 Services- “Services” means all services, scope of work and deliverables to be provided by the successful Bidder (s) as per this RFP.

    5. Eligibility Criteria:

    5.1In addition to the eligibility conditions mentioned in other clauses of this RFP, the bidder has to fulfill the eligibility criteria as mentioned in Schedule- I. The bidders have to certify along with supporting documents that they fulfill all the eligibility criteria.

    6. Scope of Work/ service:

    6.1 The scope of work/ service expected from the selected bidder (service provider) is to provide the following services to the officials of SBI across India on real time basis air tickets booking on SBT (Self Booking Portal) for domestic/ international flights at their desktop, laptop, Mobile application & over telephone with the following features:

    Should be able to provide dedicated server in physical form to the Bank for booking of airlines tickets.

    Should be able to provide 24 hours dedicated helpline/ helpdesk/ call centers for queries / booking / cancellation request for SBI officials.

    Should be able to book multi sector bookings in domestic and international sectors through ONLINE Self Booking portal, however, the service provider should also be able to book OFFLINE tickets in certain circumstances, if the Bank so requires.

    Should be able to see all flights availability seats, cost and timing, more particularly with SBI Corporate fares.

    Should be able to suggest, recommend the lowest fare within the desire time +/ - 2 hours before booking of the tickets.

    Should be able to centralize and streamline the entire process of travel, approval, booking, billing settlement/ statement, MIS reports & expenses. All reports should be available online.

    Should be able to do booking at preferred rates with corporate deal code so that the Bank gets the advantage of corporate deal rates. Corporate deal code will be provided by the Bank and that is to be exclusively used for SBI official’s air tickets booking only and not otherwise.

    Should be able to enforce the corporate travel policies and offering a wider choice while ensuring bookings at the lowest rates.

    Should be able to provide admin rights on the Self-Booking ticketing to the designated Bank officer of the concerned cost centers / sub cost centers to download the MIS and all reports, add, delete and make changes in data base of the Bank Officials.

    Do real time monitoring off all travel management activity along with logs of booking and audit trail.

    Any time anywhere access by internet, intranet of the Bank and on mobile apps. Eliminate delays, sanction and unnecessary paper work should be able to implement/

    introduce cost cutting measures, across the enterprise in the least amount of time.

  • 5

    In built arrangements in the software to customize the travel policy of the Bank and subsequent changes in it from time to time.

    The entire arrangement should be real time and the view to the airline option should display corporate fares and availability of seats etc.

    The Self-Booking portal should be able to display all flights, availability of seats, fares in all RBDs, cost and time, able to suggest / recommend the lowest fares within the desired time of +/- 2 hours. If the lowest price option is not chosen the Self-Booking ticketing portal should be able to track missed savings real time.

    Software should have the capacity to create 50 to 60 cost centers / sub-cost centers for PAN India booking, billing and payments. These cost centers are region based.

    Review of the application software will be conducted by Bank’s IS Department, GITC, Corporate Centre for Information security purpose.

    The major scope of review is: 1) Secure network Architecture review. 2) Application security review. 3) Configuration review. 4) Process Review. 5) Source code review. 6) API Review. 7) Compliance review.

    If required, access to the software (Self Booking portal/ site) should be made available to employees through Bank’s HRMS Self Booking portal. Should be able to interface with Bank’s HRMS system on SAP.

    Should be on CTA (Central Travel Account) platform and able to interface with SBI Cards/ Online payment and other online modes of payment for personal bookings.

    Should be able to incorporate the benefits of the Corporate Deal entered by the Bank with the airlines by using the allotted promo codes.

    Should be able to assist the employees for VISA requirement on call and personally if required.

    A dedicated team of accounts department required to take care of the submission of the invoices / bills and reconciliation of account. All the bills to be submitted every week to the all cost centers. Pending payment if any, after reconciliation will be made within 15-30 days of bill submission.

    6.2 The Service provider should have the facility to ensure the fares displayed in the Self-Booking ticketing portal are correct and accurate. Such fares should be at the lowest selling rate of tickets available as per the applicable rules/ guidelines of the respective airline companies. Bank will be making regular and random verification fares displayed in the Self-Booking ticketing and contravention if any will be viewed seriously and the Bank will be entitled to initiate appropriate legal actions, in addition to termination of the agreement, Bank will recover extra fares so charged.

    6.3 In respect of the officials of the Bank who are not able to make use of the online facility or the online facility is not accessible for any reasons, the service provider should be able to book the tickets based on the telephonic request of the officials, after ensuring the authenticity of such telephonic request/s. Special care to be taken that corporate fares are always available on the Self-Booking portal.

  • 6

    6.4 The selected bidder will not have any monopoly for booking tickets for the Bank of its officials. The Bank will be entitled to avail the same or similar services from any other service provider(s).

    6.5 The Bank will be entitled to engage more than one service provider based on the exercise herein.

    6.6 MIS and Monitoring- The Self-Booking ticketing portal should provide real time monitoring all travel management activity in a single window so that the admin person is aware of all bookings, cancellation/ charges for their circle and a super user will be monitoring enterprise vide travel activity through a single dashboard. Various MIS reports with details of booking date, online approval date, ticketing date invoice date reports with details of fare break up, sectors, approvers, cost centers, cost codes etc. should be available in real time, cancellation and credit note should be available in real time & can be viewed by the user and the admin team. MIS reports should highlight deviations in all workflows. The Self -Booking portal should maintain the employee data in a secure environment and the data exchange should be in electronically form managed by directly communicating with Banks HRMS system. The data exchange should be in encrypted format and at no time should the data be exchanged or shared with outside entity. Bank will provide Data Dump extracted from Banks HRMS system through secured encrypted format.

    7 Disclaimer:

    7.1 The information contained in this Request for Proposal (RFP) document of information provided subsequently to Bidder(s) or applicants whether verbally or in documentary form/ email by or on behalf of Sate Bank of India (Bank), is subject to the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

    7.2 This RFP is neither an agreement nor an offer and is only an invitation by the Bank to the interested parties for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each Bidder may require. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and where necessary obtain independent advices/ clarifications. The Bank may in its absolute discretion but without being under any obligation to do so, update, amend or supplement the information in this RFP. No contractual obligation whatsoever shall arise from the RFP process until a formal contract is signed and executed by duly authorized officers of the Bank with the selected Bidder.

    7.3 The Bank, its employees and advisors make no representation or warranty and shall have no liability to any person, including any applicant or bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability 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 for participation in this Bid Stage.

  • 7

    7.4 The Bank also accepts no liability of any nature whether resulting from negligence or otherwise, howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.

    7.5 The issue of this RFP does not imply that the Bank is bound to select a Bidder for the service and the Bank reserves the right to reject or any of the Bidders or Bids without assigning any reason whatsoever.

    7.6 Selection of Bidders as per RFP shall not give any and vested right on the service provide for any minimum ticket booking through such service provider. There is no assured minimum sum of air tickets business volume. Just as a reference, the total volume of the tickets booked for last financial year is approx. Rs.80.00 Crore which consist 80% on domestic and 20% on international tickets. The Bank reserves the right to avail the service from any of the selected bidders or any other service provider, empaneled or not with the Bank. The Bank also reserves the right to issue separate RFP for similar services with separate or similar terms and conditions. There is no assured minimum guarantee for business volumes to any of selected agency.

    7.7 The Bidder shall bear all its costs associated with or relating to the preparation and submission of its bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Bank or any other costs incurred in connection with or relating to its bid. All such costs and expenses will remain with the bidder and the Bank shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a bidder in preparation or submission of the bid, regardless of the conduct or outcome of the bidding process.

    8. Earnest Money Deposit (E M D):

    8.1 The Bidder should submit an EMD of Rs.5,00,000/- (Rupees Five Lacs only) as Bid Security in the form of Demand Draft in favour of State Bank of India payable at Mumbai. The EMD may be forfeited in the event of withdrawal of bid during the period of bid validity or if successful bidder fails to sign the contract in accordance with the terms & conditions and other requirements specified in RFP or any act of bidder not in line with contract obligations. As per Govt. guidelines registered MSMEs will be exempted from EMD requirement, as applicable.

    8.2 EMD (Demand Draft) should be kept in the envelope containing technical Bid. Any bid not accompanied with the requisite EMD shall be treated as non-responsive and is liable to be rejected.

    8.3 The EMD of the unsuccessful bidders will be returned within 3 weeks’ time from opening of financial bids.

    8.4 Successful Bidder’s EMD will be returned upon the Bidder signing the contract and

    submitting the required Performance Bank Guarantee from scheduled Commercial Banks within 30 days of signing of the agreement.

    8.5 If guarantee is invoked for any reason, the concerned bidder will be debarred from further participation in future RFPs floated by the Bank, as per sole discretion of the Bank.

  • 8

    9.0 Performance Bank Guarantee (B G):

    The selected bidder would be required to submit a Performance Bank Guarantee to the Bank for an amount equivalent to EMD within 30 days of agreement. The Bank agreement will be valid for period of 36 months subject to review of every six months and such other extended period as the Bank may decide for due performance of the project obligations.

    The Bank Guarantee should be issued by any Scheduled Commercial Bank in a format made available or approved by the Bank.

    The Performance Bank Guarantee is required to protect the interest of Bank against the risk of non-performance of the successful bidder in respect of successful completion of the contract which may warrant the invoking of Bank Guarantee (BG), also if any act of the agency results in imposition of Liquidated Damages then the Bank reserves the right to invoke the submitted Performance Bank Guarantee.

    10.0 Cost of Bidding Document:

    10.1 The Bidder shall bear all costs associated with the preparation and submission of its bid including cost of presentations etc. Bank will not be responsible or liable for these costs, regardless of the conduct of the bidding process.

    10.1.2 The Bidder is expected to examine all instructions, statements, terms and specifications in the bidding document. Failure to furnish all information required by the bidding documents or submission of bid not responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in rejection of its bid. While SBI has made considerable effort

    to ensure that accurate information is contained in this RFP and is supplied solely as guidelines for Bidders. Furthermore, during the RFP process, SBI has disclosed or will disclose in the RFP and corrigendum/ addenda, available information relevant to the scope of work to the extent, detail and accuracy allowed by prevailing circumstances. Nothing in this RFP or any addenda is intended to relieve Bidders from forming their own opinions and conclusions in respect of the matters addresses in this RFP or any addenda.

    11.0 Clarifications & Amendments:

    11.1 If deemed necessary the Bank may seek clarifications or any aspect from the bidder. However, that would not entitle the bidder to change or cause any change in the substances of the bid already submitted or the price quoted. The bidder may be asked to give presentation for the purpose of clarification of the bid.

    11.2 The bidder requiring any clarification of the bidding documents should submit written queries on or before the Pre-bid meeting specified in the bid dates at the beginning of the RFP.

    11.3 At any time prior to the deadline for submission of bids, SBI may modify the bidding documents by amendment.

    11.4 Any clarification issued by SBI will be in the form of an addendum/ corrigendum and will be available in SBI’s website (www.sbi.co.in or www.statebankofindia.com). The amendment will be binding on all bidders. SBI, at its discretion may extend the deadline for submission of bids in order to allow prospective bidders a reasonable time to take the

    http://www.sbi.co.in/http://www.statebankofindia.com/

  • 9

    amendment into account. SBI also reserve its right to cancel this RFP if it deems so at any stage.

    12.0 Bidding Process:

    12.1 The bids shall be submitted in two sealed envelopes, one containing Technical Bid and other Commercial Bid, both to be submitted together in one envelope. All details with the relevant information/ documents/ acceptance of all terms and conditions strictly as described in this RFP will have to be submitted. In the first stage, only Technical Bid will be opened and evaluated. Bidders satisfying eligibility criteria and agree to comply with all terms and conditions specified in this document will be evaluated for technical specifications. Those bids that have qualified for Technical Bid evaluations shall be considered for commercial bid opening and further process.

    13.0 Preparation and submission of Bids:

    13.1 Bid shall be submitted in separate sealed envelopes, duly super scribed as below:

    a) Part I – Technical Bid for empanelment of Air Travel Agencies for online booking of Air Ticket for the officials of SBI across India.

    b) Part II- Price/ Commercial/ Financial Bid for empanelment of Air Travel Agencies for online booking of Air Tickets for officials of SBI across India. (Price/ Commercial/ Financial Bid should contain only price bid.)

    13.2 Part I- Technical Bid shall contain the following

    a) Bid Covering Letter – Part I / F-I b) Bid Submission- Part I/ F- II c) Agency’s general details, information as per Format – Part I/ F- III d) Letter of Authority Part I/ F-IV. e) Documents relating to agencies eligibility criteria- Part I/ F-V f) Compliance statement Part I/ F-VI g) Self-attested true copies of the supporting documents in respect of the above, wherever applicable as per the RFP. h) Duly countersigned Schedule- 1 confirming the eligibility criteria. i) EMD of Rs.5.00 Lakhs only by way of Bank Draft/ Pay Order/ Banker’s cheque from Scheduled Commercial Bank payable at Mumbai. 13.3 Part II- Price Bid:

    Part II- The price bid/ commercial quote shall contain service charges to be levied for each ticket for both domestic and international sector along with the percent of discount offered per ticket to the Bank on account of passing of the discount received from Airlines. Price bid strictly as per the stipulated format duly filled, signed and stamped on each page may be submitted in a separate sealed envelope super scribing as above and written therein “Price- Bid- Do not open”. Any correction in the bid should be duly authenticated under full signature and seal of the agencies/ companies authorized signatory. The cover containing technical bid and price bid should be put in another sealed cover, super scribed “RFP for empanelment of travel agencies for providing services for online booking of Air Ticket”. Each page of bid documents needs to be stamped with office seal and full signatures of authorised signatory.

  • 10

    Conditional Price Bid will not be accepted.

    13.4 Revealing of Prices:

    The rates and / or prices in any form or for any reasons should not be disclosed in the technical or other parts of the bid except in the commercial bid, failure to do so will make the bid liable to be rejected. Before opening of commercial bid, if price revision is envisaged by the Bank, revised commercial bid may be required to be submitted in a separate sealed envelope.

    13.5 Pre Bid Meeting:

    SBI may at its sole discretion, organize online pre-bid meeting, to resolve any queries, bidder may have. If any intending bidder wish to join the pre-bid meeting may ask the link through e mail on [email protected] well in advance to the scheduled pre-bid meeting date. Any further information will be provided to all bidders on SBI website as corrigendum or through e-mails to those who attend the pre-bid meeting. The date of pre-bid meeting is as mentioned in the Bid Dates at the beginning of this document. Any change in the date of pre-bid meeting will be posted on the SBI website.

    13.6 Validity of Bids:

    Bid shall remain valid for 180 days from the last date for submission of bids mentioned at the clause Bid dates. A bid valid for shorter period is liable to be rejected. The bidder may require to give consent for the extension of the period of validity of the bid beyond initial 180 days, if so desired by the Bank in writing or by fax. Refusal to grant such consent would result in rejection of bid without forfeiture of the EMD. However, any extension of validity of bids will not entitle the bidder to revise/ modify the bid document.

    13.7 Bid Integrity:

    Willful misrepresentation of any fact within the Bid will lead to the cancellation of the contract without prejudice to other actions that Bank may take. All the submission, including any accompanying documents, will become property of SBI. The Bidder shall be deemed to license and grant all rights to SBI to reproduce the whole or any portion of their solution for the purpose of evaluation, to disclose the contents of submission to other bidders and to disclose and/ or use the contents of submission as the basis for RFP process.

    13.8 Format & Signing of Bid:

    13.8.1 The bidder should prepare and submit the bid document strictly as per the requirements mentioned in this RFP.

    13.8.2 All pages of the Bid document should be serially numbered and shall be signed by the authorized person (s) only. The person(s) signing the bid shall sign all pages of the bid and rubber stamp should be affixed on each page except for an un-amended printed literature. The bidder should submit a copy of board resolution or power of attorney or any other sufficient documentary proof showing that the signatory has been duly authorized to sign the bid document.

    13.8.3 Any interlineations, erasures or overwriting shall be valid only if the person(s) signing the bid counter sign(s) them.

    mailto:[email protected]

  • 11

    13.8.4 Bid should be typed and submitted on A4 size paper font ‘Time New Roman’ font

    Size- 12, spirally bound securely and in serial order. Bidders responding to this RFP shall submit covering letter included with the bid and compliance certification statement required for submission of a proposal.

    13.9 Last date of receipt of Bids:

    The Bid documents should be submitted to Chief Liaison Officer, Liaison Department, State Bank of India, Corporate Centre, Mumbai on or before the last date and time mentioned in the Bid dates at the beginning of this RFP.

    In the event of the target date for the receipt of bids being declared as holiday for the Bank, the bids will be received till the target time on the next working day. The Bank may at its discretion extend the bid submission date. In such case, the modified target date and time will be notified on the web site of the Bank.

    13.10 Bid Currency:

    Price shall be expressed in Indian National Rupees only.

    13.11 Late Submission of Bids:

    Any bid received by the Bank after target date and time prescribed date and time at Bid dates may be rejected and/ or returned unopened to the bidder. Bidders are advised to ensure that the submission of bids are made well within the time specified for the same as any delay will be at the risk and responsibility of the person(s) who make such delayed submission.

    13.12 Modification and withdrawal of Bids:

    No Bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of period of bid validity.

    14 Opening and evaluation of Bids:

    14.1 Opening of Technical Bid

    All the bids will be opened at the date, time and locations mentioned under the clause Bid dates or any subsequent date and time advised by the Bank. If any bidder wish to join the opening of technical bid meeting, may ask the link through e mail on [email protected] well in advance to the scheduled date for opening of technical bid. Bids will be opened even in the absence of representatives of Bidders as scheduled.

    14.2 Evaluation Process:

    14.2.1 Preliminary Examination

    The bids will be examined by the Bank to determine whether they are complete and whether required bid EMD has been furnished. A bid determined as not substantially responsive will be rejected. The Bank may at its discretion waive any minor nonconformity or irregularity in a bid which does not constitute a material deviation. Bids will first be examined to check on their eligibility. Technical bids will be preliminary examined as per the documents, RFP and eligibility mentioned in Schedule -I.

    mailto:[email protected]

  • 12

    After opening of the technical bids and preliminary examinations, qualified bidders will be asked to make presentation of the product/ services offered by them. The suitability, acceptability, eligibility and features of the product/ services of each bidder will be evaluated based on the presentation and bid documents as per the broad criteria mentioned in Annexure “A” and the marks will be awarded to each sub-categories mentioned therein.

    Any effort on the part of bidder to influence bid evaluation process or award of contract may result in the rejection of the bid.

    14.2.2 Technical Evaluation Process:

    Detailed technical evaluation will include scrutiny of minimum eligibility criteria (as mentioned in Schedule I and Clause 6 above) and technical information submitted as per Technical Bid Documents and responsiveness to the RFP including presentation to the Bank as specified. Bidders satisfying eligibility criteria and agree to comply with all terms and conditions, specified in this document may be invited for technical presentation to display their capabilities, approach and methodology.

    Criteria, Sub-criteria and point system for technical evaluation to be followed as based on the RFP response and the presentation made by the bidder to satisfy the requirement under Schedule -I and clause 6 above. The main categories for such evaluation is as indicated in Annexure A and the Bank will have the right to add/ amend/ modify the criteria mentioned in the said Annexure.

    Only those bids meeting the eligibility criteria and having complied with the requirements of bid submission and also having obtained a minimum eligibility marks as mentioned in the sub-categories of Annexure A and scored aggregate 60% marks in the technical evaluation as above shall only be considered as qualified for financial bid opening & evaluation.

    14.2.3 Financial Evaluation:

    The Financial Bid will be opened only for those bidders who have obtained a minimum score of 60% in the technical evaluation. The format for quoting financial bid is set out in Part II. The financial bid evaluation will be done on the basis of the following parameters:

    The bidder has to quote the service charges and percentage of discount offered for booking of each ticket per person in domestic and international sector(s):

    i) The above quoted service charge will be applicable for each transaction of booking, cancellation or rescheduling of ticket. Please note that Bank will pay the cancellation charges if levied by the airlines as Bank’s is enjoying the NIL cancellation charges from almost all airlines in its Corporate Deal.

    ii) The service tax/ GST, if any applicable to the service charges as per the prevailing statutory provisions will be paid by the Bank. No other taxes or charges will be borne by the Bank.

    iii) The bidders have to quote the percentage of discounts (b) that will be offered to the bank on each valid booking of tickets.

    iv) The ranking of the Financial bid will be as per the formula (a-70b). v) For the purpose of calculation and ranking of Combined Techno- Financial

    Evaluation, any value of 0 (zero) or a negative number as per the above formula, will be converted into a notional positive figure.

  • 13

    vi) The ranking arrived as above will be considered as Financial Bid value for Compared Techno Financial Evaluation as mentioned in clause 13.3.

    14.3 Combined Techno Financial Evaluation:

    i. Bids will be evaluated as per combined Quality cum Cost Based system. The Technical bids will be allotted weightage of 60% while financial Bids will be allotted weightage of 40%.

    ii. A combined score “Score (S) will be arrived at after considering the nominal financial quote and the marks obtained in technical evaluation while relative weights of 40% for Financial Bid and 60% for Technical bid according to the following formula:

    Tech Score of A Lowest Financial Bid

    Combined Score of A = 60 X {------------------------------} + 40 {-----------------------}

    Highest Tech Score Financial Bid of A

    The bidder obtaining the highest total combined score in evaluation of technical and financial as per aforesaid evaluation will be ranked H- 1 followed by proposal securing lesser marks as H-2, H-3 etc. Bidder securing highest combined marks and ranked H-1 shall be recommended for award of contract. Bank will follow the internal procedure for necessary approvals and thereafter proceed with notification of award of contract.

    Sl

    No

    Bidder Technical Evaluation Marks

    Nominal Financial Bid

    Weighted Technical Score

    Weighted Financial Score

    Score ‘S’

    out of 100

    (t) (f) =(t)/ t highest* 60

    =f lowest/ f*40

    1 A 90 60 90/90*60=60 50/60* 40=33.33 93.33

    2 B 80 70 80/90*60=53.33 50/70*40=28.57 81.90

    3 C 70 50 70/90*60=46.67 50/50*40=40 86.67

    In the above example ‘A’ with the highest score becomes successful bidder (L-1) and ‘C’ will be L- 2.

    Evaluation of bid will be done by the Bank. Above example is given for reference only. Bidders have to quote only service charges and discount offered (%) per ticket.

    15 Award & Signing of Contract:

    15.1 Bank will empanel two agencies based on the quotes received from the bidders, provided L-2 matches the rates with L-1. If L-2 bidder does not match the rates with L-1, Bank reserves the right to transfer the offer to the L-3, L-4 etc. The selected bidder other than L-1 should give letter for agreeing L-1 rates within 24 hours. (In case L-1 back out, the EMD of L-I bidder will be forfeited and Bank may offer to the next lowest eligible agency in succession or to reinitiate the exercise as per the discretion of the Bank).

    15.2 Bank will empanel two agencies and the Self -Booking portals of all empaneled agencies will be made available to the Bank’s officials across India.

  • 14

    15.3 The Bank reserves the right to empanel more than two agencies, if it is found to be appropriate.

    15.4 The Bank reserves the rights to engage an agency to cater to a particular geographical region.

    15.5 SBI will notify successful bidders in writing that its bid has been accepted. The selected bidder has to return the duplicate copy of this letter to the Bank within 2 working days duly accepted, stamped and signed by authorized signatory in token of acceptance.

    15.6 The successful bidder shall be required to enter into a contract agreement as per format approved by the Bank, within 15 days of the award of the tender or within such extended period as may be decided by the Bank along with the letter of acceptance and other terms and conditions as may be determined by the Bank to be necessary for the due performance of the work in accordance with the Bid and acceptance thereof.

    16. Subcontracting:

    16.1 No subcontracting will be permitted. Based on the scope of this RFP, subcontracting is explicitly prohibited.

    17. Inspection, Quality Control & Audit:

    17.1 The Bank may, at its discretion, get the office and services of the selected bidder(s) inspected by the officers of the Bank.

    18. Conflict of Interest:

    18.1 The bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects the

    Bidding Process. Any bidder found to have a Conflict of Interest shall be disqualified. In the event of disqualification wherein the bidder is responsible for any suppression of material facts, the Bank shall be entitled to forfeit and appropriate the Bid amount, as a genuine estimated loss and damage likely to be suffered and incurred by the Bank and not by way of penalty for, inter alia, the time, cost and effort of the Bank, including consideration of such Bidder’s proposal (the ‘Damages’). Without prejudice to any other right or remedy that may

    be available to the Bank under the Bidding Documents and / or the Concession Agreement or otherwise. Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of Interest affecting the Bidding Process, if:

    (a) the Bidder , its Member or Associate (or any constituent thereof) and any other Bidder, its Member or any Associate thereof (or any constituent thereof) have common controlling shareholders or other ownership interest; providing that this disqualification shall not apply in cases where the direct or indirect shareholding of a Bidder, its Member or an Associate thereof (or any shareholder thereof having a shareholding of more than 5% (five percent) of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be) in the other Bidder, its Member or Associate, has less than 5% (five percent) of subscribed and paid up equity share capital thereof: provided further that this disqualification shall not apply to any ownership by a Bank, insurance company, pension fund or a public financial institution referred to in Section 2 Clause 72 of the Companies Act, 2013. For the purposes of this Clause, indirect shareholding held through one or more intermediate persons shall be computed as follows:

  • 15

    (i) where any intermediary is controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person (the ”Subject Person”)shall be taken into account for computing the shareholding of such

    controlling person in the Subject Person; and

    (ii) subject always to sub-clause (i) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such shareholding shall be reckoned under this sub-clause if the shareholding of such person in the intermediary is less that 26% of the subscribed and paid up equity shareholding of such intermediary; or

    b) a constituent of such Bidder is also a constituent of another Bidder: or

    c) such Bidder, its Member or any Associate thereof receives or has received any direct or indirect subsidy, grant, concessional loan or subordinated debt from any other Bidder, its Member or Associate, or has provided any such subsidy, grant, concessional loan or subordinated debt to any other Bidder, its Member or any Associate thereof: or

    d) Such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or

    e) such Bidder, or any Associate thereof, has a relationship with another Bidder, or any Associate thereof, directly or through common third party/ parties, that puts either or both of them in a position to have access to each other’s information about, or to influence the Bid of either or each other; or

    f) Such Bidder or any Associate thereof has participated as a consultant to the Bank in the preparation of any documents, design or technical specifications of the Project.

    g) It is also clarified that the Bidder having any banking relationship with the SBI or any of its subsidiary banks shall not be treated as a conflict of interest unless the account of the bidder is classified as a Non Performing Assets as per the applicable guidelines in the matter.

    19. Fraud & Corrupt Practices:

    19.1 The bidder and respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Bidding Process. Notwithstanding anything to the contrary contained herein, the Bank shall reject an application without being liable in any manner whatsoever to the Bidder if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt/ fraudulent/ coercive/ undesirable or restrictive practices in the Bidding Process.

    19.2 If a Bidder is found by the Bank to have directly or indirectly or through an agent, engaged or indulged in any corrupt/ fraudulent/ coercive/ undesirable or restrictive practices during the Bidding Process, such Bidder shall not be eligible to participate in any EOI/RFP issued by the Bank during a period of 2 (two) years from the date if such Bidder is found by the Bank to have directly or indirectly or through an agent, engaged or indulged in any corrupt/ fraudulent/ coercive/ undesirable or restrictive practices, as the case may be.

    19.3 For the purposes of this clause, the following terms shall have the meaning hereinafter, respectively assigned to them:

  • 16

    (a) “Corrupt Practices” means (i) the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bidding Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Bank who is or has been associated in any manner, directly or indirectly with the Bidding Process or the Letter of Authority or has dealt with matters concerning the Concession Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise cases to be in the service of the Bank, shall be deemed to constitute influencing the actions of a person connected with the Bidding Processes); or (ii) engaging in any manner whatsoever, whether during the Bidding Process or after the issue of the Letter of Authority or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the Letter of Authority or the Agreement, who at any time has been or is a legal financial or technical adviser of the Bank in relation to any matter concerning the Project.

    (b) “Fraudulent Practices” means a misrepresentation or omission of facts or suppression of

    facts or disclosure of incomplete facts, in order to influence the Bidding Process;

    (c) “Coercive Practice” means impairing or harming or threatening to impair or harm, directly

    or indirectly, any person or property to influence any person’s participation or action in the Bidding Process;

    (d) “Undesirable Practice” means (i) establishing contact with any person connected with or

    employed or engaged by the Bank with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and

    (e) “Restrictive Practice” means forming a cartel or arriving at any understanding or

    arrangement among Bidders with the objective or restricting or manipulating a full and fair competition in the Bidding Process.

    20. Cancellation of Contract:

    The Bank shall have the right to cancel the contract with the selected bidder at any time during the contract period, by giving a written notice of at least 1 (one) month, for any valid reason including but not limited to the following reasons:

    (i) Excessive delay in execution of orders placed by the Bank. (ii) Discrepancies/ deviations in the agreed processes and/ or products. (iii) Violation of terms & conditions stipulated in this RFP. (iv) Use of SBI Corporate deal codes of respective airlines for booking of air tickets other

    than for SBI officials. (v) Unsatisfactory or inefficient service to the Bank. (vi) The termination or cancellation of the contract under any of the circumstances

    mentioned in the RFP or otherwise will not entitle the service provider to claim any compensation or damage from the Bank. However, on termination, Bank will pay to the service provider the entire amount due as on the contract for the services already provided to the Bank before such termination.

  • 17

    21. Delays in providing the services:

    21.1 The efficient and timely rendering of services in accordance with the Terms & Conditions specified in the RFP is important. Any delay in performing the obligation / defect in performance by the service provider may result in imposition of liquidated damages, invoking of guarantee and/ or termination of contract.

    22. Liquidated Damages:

    22.1 If agency fails to perform services within stipulated time schedule or any loss is suffered by the Bank due to Acts attributable to the Service Provider, the Bank shall, without prejudice to its other remedies under the contract; SBI may consider termination of Contract pursuant to the conditions of contract.

    22.2 The Bank will make regular and random verification of the amount for which each ticket is booked by the selected bidder with the market rate available with the respective Airlines or other acceptable sources. If it is found that the rates of ticket booked by the selected bidder is higher than the available market rate, the Bank shall take suitable steps for termination of agreement, removal/ blacklisting of service provider from panel and/ or forfeiture of EMD/ Security Deposit and recover such excess fares charged to the Bank.

    23. Force Majeure:

    23.1 Any failure or delay by bidder or Bank in performance of its obligation, to the extent due to any failure or delay caused by fire, flood, earthquake or similar elements of nature, or acts of God, war, terrorism, riots, civil disorders, rebellions or revolutions, acts of government authorities or other events beyond the reasonable control of non-performing party, is not a default or a ground for termination.

    23.2 If Force Majeure situation arises, the agency shall promptly notify the Bank in writing of such conditions and the cause thereof. Unless otherwise agreed by SBI in writing, the agency shall continue to perform its obligations under the contract as far as is reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

    24. Termination for Insolvency:

    24.1 SBI may at any time terminate the contract by giving written notice to the agency, if the agency becomes bankrupt or otherwise insolvent.

    25. Governing Law and Dispute Resolution (applicable in case of Successful Bidder only):

    25.1 All disputes or differences whatsoever arising between the parties in connection with this contract or in discharge of any obligation arising out of the Contract (whether during the progress of work or after completion of such work and whether before or after the termination of this contract, abandonment or breach of this contract), shall be settled amicably. If however, the parties are not able to solve them amicably, party (SBI or the agency), give written notice to other party clearly setting out there in specific dispute(s) and / or difference(s) and shall be referred to a sole arbitrator mutually agreed upon, and the award made in pursuance thereof shall be binding on the parties. In the absence of consensus about the appointment of a sole arbitrator, the dispute may be referred to a tribunal of three arbitrators; one each to be

  • 18

    nominated by each party and the said arbitrators shall jointly nominate a presiding arbitrator. The arbitration shall be settled in accordance with the applicable Indian Laws. Any appeal will be subject to the exclusive jurisdiction of courts in Mumbai.

    25.2 The agency shall continue work under the Contract during the arbitration proceedings unless otherwise directed by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator is obtained.

    25.3 Arbitration proceeding shall be held in Mumbai, India and the language of the arbitration proceedings and that of all documents and communications between the parties shall be in English.

    26. Governing Language:

    26.1 The contract and all correspondence/ communications and other documents pertaining to the contract, shall be written in English.

    27. Governing Law:

    27.1 The RFP and the contract shall be interpreted in accordance with the laws of India.

    28. Notices:

    28.1 Any notice given by one party to the other pursuant to the contract shall be sent to other party in writing by speed-post. However advance copy thereof may be sent through e-mail on official e mail IDs. For the purpose of all notices, the following shall be current address of the Bank:

    Chief Liaison Officer State Bank of India Corporate Centre State Bank Bhavan Liaison Department Mezzanine Floor Madame Cama Road Mumbai- 400 021 (e-mail ID: [email protected]) 28.2 The notice shall be effective when delivered or on the notice’s effective date whichever

    is later. 29. Taxes & Duties: 29.1 The Agency shall be entirely responsible for all taxes, duties, license fees, other taxes, etc., other than the service tax/ GST payable on service charges. 29.2 If any taxes other than the Service tax / GST are to be paid by the Bank, same should be mentioned explicitly in the commercial bid and suitable loading factor will be added for the evaluation of commercial bids for finding out the L-1 bidder based on such taxes, if any attributed to the Bank. As per extent instructions, TDS if applicable will be recovered by the Bank.

  • 19

    30. Agency’s Obligation:

    (i) The Agency is obliged to work closely with SBI’s staff, act within its own authority and abide by directives issued by SBI from time to time to render effective service to the Bank as per the requirement in this RFP.

    (ii) The Agency is responsible for managing the activities of its personnel and will hold itself responsible for any misdemeanors on the part of its personnel.

    (iii) The Agency will treat as confidential all data and information about SBI, obtained in the process of executing its responsibilities, in strict confidence and will not reveal such information to any other party without prior written approval of SBI. The Agency should also be agreeable to execute non-disclosure agreement as stated in Annexure “B”.

    (iv) The Agency has to maintain an account with any SBI Branch for receiving all payments and also carrying out other transactions with SBI.

    (v) Implant services will be required at initial stage till all process are streamlined and well established. 31. Terms & Conditions: 31.1 Language of Bid: All Bids and supporting documentation shall be submitted in English. 31.2 SBI reserves the right to accept or reject any or all Bids without assigning any reason thereof and Bank’s decision in this regard will be treated as final. Bids may be accepted or rejected in total or any part or items thereof. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is signed and executed by duly authorized officials of the Bank and the bidder. However, until a formal contract is prepared and executed, this RFP together with Bank’s written acceptance & notification of award shall

    constitute a binding contract with the agency. 31.3 Any Bid not containing sufficient information, in view of SBI, to permit a thorough analysis may be rejected. 31.4 The Bank shall have the right to reject the bids not submitted in the prescribed format or incomplete in any manner. 31.5 SBI is not responsible for non-receipt of bids within the specified date and time due to any reason including postal delays or holidays. 31.6 The Bank also reserves the right to alter/ modify any/ some/ all of the requirements, as it may deem necessary and notify the same on its website www.sbi.co.in before the last date for submission of response under this RFP. The Bidders should be agreeable for the same. 31.7 Bids not confirming to the requirements of the RFP may not be considered by SBI. However, SBI reserves the right, at any time, to waive any of the requirements of the RFP, if in the sole discretion of SBI, the best interest of SBI be served by such waiver. 31.8 Bidders who do not met the technical criteria stipulated by the Bank will not be considered for further evaluation.

    http://www.sbi.co.in/

  • 20

    31.9 SBI shall have the right to cancel the RFP process at any time prior to award of contract without thereby incurring any liabilities to the affected Bidder(s). Reasons for cancellation, as determined by SBI in its sole discretion include but are not limited to, the following: (i) Service contemplated are no longer required. (ii) Scope of work were not adequately or clearly defined due to unforeseen circumstance and/ or factors and/ or new developments. (iii) Proposed prices are unacceptable to the Work. (iv) The proposal is not in the best interest of SBI. (v) Any other reason. 31.10 Pre-bid meeting, if any, will be held to brief the intending bidders about the requirements of the Bank and to furnish clarifications on any points/ queries received from them. No separate communication will be sent for this meeting. Link for virtual pre-bid meeting will be send only to those who have requested for it well in advance, such request may please be sent by e-mail to [email protected]. 31.11 SBI reserves the right to verify the validity of bid information and to reject any bid where the contents appear to be incorrect, inaccurate or inappropriate at any time during the process of RFP or even after award of contract. 31.12 SBI reserves the right to re-negotiate the price in the event of changes in the market conditions and/or technology etc.

    31.13 All pages of RFP should be stamped and signed by Authorized Signatory of the Bidder.

    31.14 Bank may choose to take an undertaking from Agency employees to maintain the confidentiality of the Bank’s information/ documents etc. Bank may seek details/

    confirmation on background verification of Agency’s employee worked/ working on Bank’s

    project as may have been undertaken/ executed by the Agency. Agency should be agreeable for any such undertaking/ verification.

    31.15 Any effort on the part of bidder to influence bid evaluation process or award of contract may result in the rejection of the bid.

    Chief Liaison Officer For State Bank of India Liaison Department Corporate Centre

    State Bank Bhavan Mezzanine Floor

    Mumbai- 400 021

  • 21

    Schedule “1”

    Eligibility Criteria

    Bidders have to fulfill the following eligibility criteria. If the Bid is not accompanied by all the required documents supporting eligibility criteria, the same would be rejected. Bidder has to countersign copy of these eligibility criteria, confirming their eligibility as per these criteria and to be submitted along with the Bid submission: 1. Eligibility Criteria / Pre-Qualification:

    a) The bidder should not have been blacklisted or removed by any Government/ PSU/ Bank

    or by Reserve Bank of India/ IBA for corrupt or fraudulent practices or non-delivery or non-performance; during the last three years as on date of issuance of RFP. If the status is blacklisted as on date of RFP, it will be construed as disqualified. (An undertaking in this regard is to be submitted on bidder’s letter head.)

    b) The bidder should be duly registered under the Shop & Establishment Act. (Copy of registration certificate to be attached.)

    c) The bidder should be registered for the purpose of GST as applicable. (Such registration number along with supporting document to be provided.)

    d) The bidder should be an assesse of Income Tax and should have valid PAN Number. (Copy of PAN Card to be provided.)

    e) The agency/ company should be a member of IATA (Copy of valid membership

    certificate to be provided). f) The agency/ bidder should have experience of 5 (five) years of handling and executing

    the ticketing (domestic/ international) services through Self Booking portal as Self-booking tool (exclusive of B2B) as on the date of submission of bid. (Supporting documents to be submitted).

    g) The agency/ company office should have at least one local office in Mumbai (Registration

    certificate under Shop & License Act along with GST registration certificate to be provided for verification of address.)

    h) The annual turnover of the bidder from airline ticketing service should not be less than 24

    Crore annually, as per the audited balance sheets of the each financial year i.e. 2015-16, 2016-17, 2018-2019 (copy of audited balance sheet to be submitted). Provisional Balance sheet for the year 2019-20 with Agency’s/ Company’s statutory auditor’s letter for maximum variation of 5% shall also be provided. If annual turnover is not mentioned in Audited financial statement, it may be certified by same auditor who has audited the financial statements of the said concern, on its letterhead with office seal.

  • 22

    i) The company/ agency should have certificate of “Safe Site” from a reputed agency such as VeriSign or equivalent.

    j) The agency/ bidders should have a proven track record at least one year of having

    provided such Self Booking portal services with three reputed public sector (PSU) companies / reputed Public limited companies or with Government agency, certificate or such sufficient proof to be attached with the tender documents. (In case it is not possible on letter head due to pandemic, the copy of official e mail received from the company’s authorised official with name, designation, contact number and office address can be submitted with the tender document. However the Bank reserve the right to call it on letterhead, if it deems so).

    k) The agency should be able to provide dedicated physical server for Bank. l) The Software/ operating system of the agency should be compatible with the Bank’s SAP

    system and the onus of making it compatible with Bank’s system will be solely on the bidder. Cost involved in development of such Soft wares / operating systems will have to be borne by the shortlisted respective agencies.

    m) The server of the system of the bidder should be able to bear simultaneous access of not

    less than 2500-3000 logins at any given point of time. n) The system/ Self Booking portal should also qualify other technical criteria such as able

    to withstand any virus/ hacking, state of art security features, user friendly features, compatible with Bank’s requirements as per RFP, etc. During the presentation, which is

    part of the technical evaluation, the bidders should be able to demonstrate all these features.

    o) The bidder should be able to provide dedicated 24*7 call center / helpdesk facility to the

    Bank or officials of the Bank in respect of the services as per the RFP. p) The agency/ bidder shall be working on CTA (Corporate Travel Account) platform as the

    Bank proposes to make all the payment through SBI Corporate Visa Credit Card. Any applicable MDR charges will be borne by the agency.

    q) The agency/ bidder shall have payment aggregator service which may be used for making

    payment while booking personal tickets (other than official ticket booking).

    r) The agency/ bidder should have secure data storage and server hosting capabilities and in house (on the Service Provider’s payroll) IT Development & Management team to handle

    SBI’s business transactions without any system outage to ensure SBI’s business continuity.

    In case of any incidence of system outage/ cyber-attack, Service Provider should ensure that the data and the application is restored to the last healthy configuration within 24 hours. Further, Service Provider should submit a report to the Bank covering attack description and methodology, extent of compromise, loss of data, if any, mitigation and counter measures to prevent future attacks.

  • 23

    s) It will be in Service Provider’s scope to conduct Vulnerability Assessment Penetration Testing (VAPT) and Web Application Penetration Testing (WAPT) at least once in a year by Bank’s empanelled security auditing firms on its own cost. All critical vulnerabilities should be closed within 24 hours and High vulnerabilities within 3 days. VPAT should cover Operating System, Data Base, Web Server, App server, Application level (WAPT) as well as Network and Security Solutions. The report should be submitted to SBI. VAPT/WAPT should also be repeated before roll-out of a major upgrade. t) The agency/ bidder should have the capabilities to maintain system audit logs which can track every transaction and produce the audit log which can track every transaction and produce the audit log in the format as required by SBI. u) The Self-Booking portal should be able to show different tabs for official and personal booking options at the very initial stage of booking. v) Visa service/ Travel Insurance services to the Bank staff whenever so required. The bidder shall be disqualified if any of these criteria are not fulfilled or the documents submitted are found to be not correct or satisfactory. The Bank reserves the right to modify or amend the eligibility criteria. The Bank’s decision in any matter related to this bid shall be

    final and binding to the all concerned. Documentary evidences must be furnished against each of the above criteria along with an index. All documents must be signed with office seal by the authorized signatory of the bidder. Relevant portions, in the documents submitted in pursuance of eligibility criteria, should be highlighted. Signature Seal of Company (Signature and seal of company to be put on each page)

  • 24

    Part I/ F-A

    Bid Covering Letter: To be submitted by the bidder along with Bid Documents

    The State Bank of India Corporate Centre Liaison Department Mezzanine Floor Madame Cama Road Mumbai- 400 021 Sir, Ref: Our Bid in response to the request for proposal from Air Travel Agencies to provide Self Booking portal services for online booking of Air Tickets (Domestic / International) for the officials of the Bank across India (RFP No: LD/2020-21/ 2 Dated 05/09/2020) With reference to the above we submit our Bid Document herewith, we understand that: 1. The Bank is not bound to accept the lowest or any bid received by the Bank and the Bank is entitled to reject all or any bid without assigning any reason or giving any explanation whatsoever. 2. Bank may follow close or open bidding process; open or limited tender as per requirement of the Bank. 3. If our Bid is accepted, we undertake to enter into and execute at our cost, when called upon by the Bank to do so, a contract in the prescribed form. 4. If our Bid is accepted, we are to be jointly and severally responsible for the due performance of the contract. 5. You may accept or entrust the entire wok to one agency or divide the work to more than one agency without assigning any reason or giving any explanation whatsoever. 6. Agency means the bidder who is decided and declared so after examination of commercial bids. 7. The name(s) of successful bidder to whom the contract is finally awarded after the completion of commercial bid shall be displayed on the website of the Bank and/or communicated to successful bidder(s). 8. We agree to be bound by the terms and conditions of RFP and all applicable CVC guidelines/ instructions applicable in the matter. 9. We agree to maintain absolute confidentiality in respect of any details of the Bank or its constituents or employees passed to us during the bidding process or contractual period. Yours faithfully For: Signature: Name:

  • 25

    Part-1/F-II BID SUBMISSION FORM

    The State Bank of India, Corporate Centre, Liaison Department Mezzanine Floor Madame Cama Road Mumbai- 400 021 Dear Sir, Ref: THE REQUEST FOR PROPOSAL FROM AIR TRAVEL AGENCIES TO PROVIDE SELF BOOKING PORTAL SERVICES FOR ONLINE BOOKING OF AIR TICKETS (DOMESTIC/ INTERNATIONAL) FOR THE OFFICIALS OF THE BANK ACROSS INDIA (RFP NO: LD/2020-21/ 2 DATED 05/09/2020) After examining the above referred RFP documents including all terms and conditions, annexure and schedules therein the receipt of which are hereby duly acknowledged, we, the undersigned, please to offer to execute the whole of the job and in conformity with, the said Bid Documents. We confirm that this bid is valid for a period of 180 days from the last date fixed for submission of bid in the RFP, and it shall remain binding upon us and may be accepted by any time before expiration of that period. Until a final Agreement is prepared and executed, the bid together with your written acceptance thereof in your notification of award shall constitute a binding agreement between us. We understand that Bid document is not exhaustive and any action and activity not mentioned in Bid Documents but may be inferred to be included to meet the intend of the Bid Documents shall be deemed to be mentioned in Bid Documents unless otherwise specifically excluded and we confirm to perform for fulfillment of Agreement and completeness of the Service in all respects within the time frame and agreed price. We understand that you are not bound to accept the lowest priced or any bid that you may receive. We also confirm that as per the applicable law, we are authorized and competent to provide the service sought by the Bank in bid documents. Signature of authorized person with seal Date: Duly authorized to sign bid for and on behalf of…………………….….. (Signature of witness) Witness Name: Address:

  • 26

    Part 1/F III AGENCY’S GENERAL DETAILS/ INFORMATION

    (On Company letterhead) The State Bank of India, Corporate Centre, Liaison Department Mezzanine Floor Madame Cama Road Mumbai- 400 021 Ref: THE REQUEST FOR PROPOSAL FROM AIR TRAVEL AGENCIES TO PROVIDE SELF BOOKING PORTAL SERVICES FOR ONLINE BOOKING OF AIR TICKETS (DOMESTIC/ INTERNATIONAL) FOR THE OFFICIALS OF THE BANK ACROSS INDIA (RFP NO: LD/2020-21/2 DATED 05/09/2020)

    Name of the Agency/ Company

    Constitution of the Bidder

    Number of years in operation

    Registered Address

    Office address if different from above

    Names & Addresses of the Directors/ Promoters:

    Telephone Number

    Email Id & Website address

    Telefax Number

    Contact Person particulars

    1.Name of the Company

    2.Name of Contact Person

    3.Mailing address with Pin Code

    4.Telephone number & Fax Number

    5.Mobile Number

    6.E mail

    (Signature of Authorized Person with Seal)

  • 27

    Part 1/ F-IV LETTER OF AUTHORITY

    PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT NEGOTIATIONS/ CONFERENCES NO: Date: The State Bank of India, Corporate Centre, Liaison Department Mezzanine Floor Madame Cama Road Mumbai- 400 021 Ref: THE REQUEST FOR PROPOSAL FROM AIR TRAVEL AGENCIES TO PROVIDE SELF BOOKING PORTAL SERVICES FOR ONLINE BOOKING OF AIR TICKETS (DOMESTIC/ INTERNATIONAL) FOR THE OFFICIALS OF THE BANK ACROSS INDIA (RFP NO: LD/2020-21/ 2 DATED 05/09/2020) We……………………………………………………………………..hereby authorize

    following representative(s) to attend technical bid opening, price bid opening, for any other correspondence and communication against above Bidding Document: 1) Name & Designation …………………. Signature……………….

    2) Name & Designation …………………. Signature……………….

    We confirm that we shall be bound by all commitments made by aforementioned authorized representatives. Yours faithfully, Signature Name & Designation Note: This letter of authority should be on the letterhead of the Agency/ Company and should be signed by a person competent and having the power of attorney to bind the Agency/ Company. Not more than two persons are permitted to attend virtual technical Bid and price bid opening.

  • 28

    Part 1/ F-V DOCUMENTS RELATING TO AGENCY’S ELIGIBILITY CRITERIA

    THE REQUEST FOR PROPOSAL FROM AIR TRAVEL AGENCIES TO PROVIDE SELF BOOKING

    PORTAL SERVICES FOR ONLINE BOOKING OF AIR TICKETS (DOMESTIC/ INTERNATIONAL) FOR

    THE OFFICIALS OF THE BANK ACROSS INDIA (RFP NO: LD/2020-21/2 DATED 05/09/2020)

    A. AGENCY IS REQUESTED TO FILL THIS CHECK LIST AND ENSURE THAT ALL DETAILS/

    DOCUMENTS HAVE BEEN FURNISHED ALONG WITH ITS OFFER

    Documents Required Agency to indicate (Yes/ No)

    1. Documents to establish that the agency/ company should have been in the business of SBT Air ticketing services for 5 years

    2. Xerox copy IATA license

    3.Undertaking to be submitted on company’s letter head that company has not been blacklisted by any PSU/ Govt./ Bank

    4. Certificate from three Govt. / PSU companies with whom empaneled for good track record.

    5. For MSME, please submit Govt. registration certificate to claim EMD exemption.

    B. ANNUAL TURNOVER STATEMENT

    The agency/ company shall indicate here the turnover and income from Air Ticketing for 3

    years base on the audited Balance Sheets and Profit & Loss account statement / copy of

    Audited Balance Sheet including profit & loss account.

    Three Financial Years Total Annual Turnover (in Rs.)

    2016-17

    2017-18

    2018-19

    C.GST REGISTRATION DETAILS

    GST Registration Number

    Place & Registration Authority

    D. EMD Details (Not applicable to Govt. registered MSME unit)

    Bank Draft/ Bankers Cheque No

    Dated

    Drawn on

    PAN No of the agency/ company

  • 29

    Part 1/ F- VI Compliance Statement

    The State Bank of India, Corporate Centre, Liaison Department Mezzanine Floor Madame Cama Road Mumbai- 400 021 Ref: THE REQUEST FOR PROPOSAL FROM AIR TRAVEL AGENCIES TO PROVIDE SELF BOOKING PORTAL SERVICES FOR ONLINE BOOKING OF AIR TICKETS (DOMESTIC/ INTERNATIONAL) FOR THE OFFICIALS OF THE BANK ACROSS INDIA (RFP NO: LD/2020-21/ 2 DATED 05/09/2020)

    DECLARATION We hereby undertake and agree to abide by all the terms and conditions stipulated by the Bank in the RFP document. We declare that we are not in contravention of conflict of interest obligation mentioned in this RFP. We certify that we have not made any changes from the contents of RFP document read with its amendments/ clarifications provided by the Bank submitted by us in our Bid document. It is further certified that the contents of our bid are factually correct. We also accept that in the event of any information/ data/ particulars proving to be incorrect, the Bank will have the right to disqualify us from the bid. We hereby certify that our name (i.e. Name of the bidding entity or any of its promoters or partners or proprietors) do not appear in any “Caution” list of RBI/ IBA/Government or any other regulatory/ statutory authority. We certify that the items offered by us in response to the bid conform to the technical specifications stipulated in the bid with the following deviations: 1) 2) (Please give the deviations, if any. If no deviation, please mention ‘NIL’, If left blank, it will

    be construed that there is no deviation from the specification given above.) Signature Seal of the Agency/ Company

  • 30

    PART- II COMMERCIAL / PRICE BID- TO BE SUBMITTED IN A SEPARATE SEALED

    COVER The State Bank of India, Corporate Centre, Liaison Department Mezzanine Floor Madame Cama Road Mumbai- 400 021 Ref: THE REQUEST FOR PROPOSAL FROM AIR TRAVEL AGENCIES TO PROVIDE SELF BOOKING PORTAL SERVICES FOR ONLINE BOOKING OF AIR TICKETS (DOMESTIC/ INTERNATIONAL) FOR THE OFFICIALS OF THE BANK ACROSS INDIA (RFP NO: LD/2020-21/ 2 DATED 05/09/2020) Our offer on the service charge to be charged from the Bank and percentage of discount that will be offered to the booking of each ticket for domestic & international sector will be as under: Description Quote of the bidder

    Service Charge per Domestic & International ticket booking per sector

    (a)

    Rs.

    Percentage of discount that will be offered to the Bank, per ticket

    (b) %

    Scoring for evaluation (a- 70b) -----FOR BANK USE ONLY----

    Note: 1. Service charge quoted by the bidder shall be applicable for each transaction. 2. The GST tax, if any applicable to service charges as per the prevailing statutory provisions will be paid by the Bank. No other taxes or charges will be borne by the Bank. 3. Discount to be offered will be applicable on the gross invoice value excluding taxes, if any of, for which valid ticket booking made for the Bank. 4. For the purpose of calculation and ranking of Combined Techno- Financial Evaluation, any value of 0 (Zero) or a negative number as per the above formula (a-70b), will be converted into a notional positive figure. Signature, Name & Seal of Authorized Signatory Date:

  • 31

    Annexure “A”

    PARAMETERS FOR EVALUATION OF TECHNICAL BIDS SUBMITTED BY AGENCY/ COMPANIES FOR ONLINE BOOKING

    Sr No

    Parameters Maximum Marks

    Minimum Eligibility Marks *

    Marks Scored

    1 Capability of the software to operate “PAN INDIA” as per requirement of the Bank

    (coverage up to Branches)

    5 5

    2 Whether the bidder is ready to make its software compatible with Bank’s existing

    software SAP etc., data base of the Bank with HRMS

    5 5

    3 Operation of the software on real time basis i.e. availability of seat, display of fares, coverage of airlines etc. (Sources of getting/ display of information and reliability of information)

    10 3

    4 Flexibility available in the software to accommodate regular/ periodic change in the Bank’s requirement

    10 5

    5 Security of the Bank’s data provided by the Bank to the agency/ company

    10 10

    6 MIS saved by its software and extant of MIS that can be saved and made available to the Bank (MIS related to booking and travel policy of the Bank)

    10 5

    7 Whether the offered software to the Bank is owned by the company. (on rental or lease)

    5 3

    8 Infrastructure available with the company/ agency to operate i.e. office/ network, tech staff/ arrangements

    10 3

    9 Whether the bidder is ready and willing to provide 24 * 7 call center/ helpline facility

    10 6

    10 Whether the bidder will be able to provide mobile app for the booking of the tickets and the features proposed for such app.

    5 5

    11 Committee’s overall assessment/ overall suitability/ experience with the service provider, if any.

    20 10

    Total 100 60

    * A bidder not scoring the minimum eligibility marks in the sub-categories mentioned above and not scoring aggregate 60% marks will not be considered for commercial evaluation.

  • 32

    SCORING FOR EVALUATION (a-70b) (For illustration purpose only)

    Sr Agency

    Agencies offered Service Charges/ Discount offered

    Technical Score

    Commercial Score

    Final Commercial Score

    Weighted commercial Score

    Final Score

    Final Score Rank

    Service Charge Discount A

    B (as per formula in RFP (a-70b)

    C final Commercial

    Score i.e. col B +

    difference between

    highest and lowest of B

    D= (A/max (A))*60

    E = (lowest (c )/ c) *

    40 F= D +

    E

    1 Bidder 'A' 0.00 2.25 80.00 -157.50 101.00 50.00 40.00 90.00 1

    2 Bidder 'B' 0.00 1.50 94.00 -105.00 153.00 58.75 26.41 85.16 2

    3 Bidder 'C' 0.00 0.00 79.00 0.00 258.00 49.38 15.66 65.03 7

    4 Bidder 'D' 0.00 0.50 71.00 -35.00 223.00 44.38 18.12 62.49 8

    5 Bidder 'E' 100.00 0.00 81.00 100.00 358.00 50.63 11.28 61.91 10

    6 Bidder 'F' 0.00 0.91 66.00 -63.70 194.00 41.25 20.82 62.07 9

    7 Bidder 'G' 0.00 1.10 88.00 -77.00 181.00 55.00 22.32 77.32 3

    8 Bidder 'H' 100.00 1.00 95.00 30.00 288.00 59.38 14.03 73.40 4

    9 Bidder 'I' 7.00 0.00 71.00 7.00 265.00 44.38 15.25 59.62 11

    10 Bidder 'J' 0.00 1.00 78.00 -70.00 188.00 48.75 21.49 70.24 6

    11 Bidder 'K' 50.00 0.00 96.00 50.00 308.00 60.00 13.12 73.12 5

    Y

    Lowest Figure in column B

    -157.50

    X

    Highest Figure in column B 100.00

    Z= (X- Y)

    Difference between Highest and lowest figure 257.50

  • 33

    Frequently asked questions (FAQs)

    Q. 1. Annual spent on Air travel for last financial year.

    Ans. There is no assured minimum guarantee for business volume. However, for reference, the

    business volume for the last year is approx. Rs.80 Crore (80% Domestic and 20% International air

    travel).

    Q. 2. Please elaborate on “dedicated server” requirements

    Ans. As per guidelines from the ISD dept. of Bank, dedicated physical server instead of mere cloud based server is required.

    Q. 3. What will be business allocation in between successful bidders?

    Ans. On successful complying with technical formalities for introduction of services, both empanelled vendors options will be available to all eligible Bank Officials, respective Bank officials will book tickets as per their choice of service provider depending upon the connectivity, and ease of booking tickets. There is no assured minimum guarantee of business / allocation to either of the vendor.

    Q.4. During current pandemic situation, obtaining an experience cum feedback certificate on letter head may not be possible as most of companies are working from home, would appreciate if the soft copy doc / e mail from the said company will be entertained.

    Ans. Email from authorized person's official email id will suffice, however, it shall contain his/ her name, designation, contact number and office address. However, Bank reserve the right to call it on letterhead later, if it deems so.

    Q. 5. SAP INTEGRATION: - Kindly explain process of SAP Integration and enable us to understand the process/system. We also would like to clarify that any cost/expenses related to System Infrastructure, SAP/System Implementation, SAP/System Development & system Integration required at SBI end will be borne by SBI only.

    Ans. Self-Booking Portal is to be provided by the successful bidder and any cost involved in the process of its development has to be borne by the successful bidder only. However, it will not be integrated with Bank's SAP System. However only Data Dump extracted from HRMS will be shared in secured encrypted format.

    Q. 6. ELIGIBILITY CRITERIA / PRE-QUALIFICATION: In reference to the various points regarding eligibility Criteria, kindly confirm that the submission of Self-declaration on the company letter head duly signed with competent authority will suffice the purpose of documentary evidence wherein submission of document proof is not possible like Point No. L, M, N, O, P, Q, R, S, U mentioned on mentioned on page No. 21. Ans. For the purpose of bid submission Self-declaration on the letterhead to of the company duly signed with competent authority will be accepted. However all points will be vetted in product demonstration / security review. Bank reserves the rights to disqualify if it deems to be unsatisfactory.

  • 34

    Q. 7. 13.8.2 The bidder should submit a copy of board resolution or power of attorney or any other sufficient documentary proof showing that the signatory has been duly authorized to sign the bid document.

    Ans. In this regard, please refer Format Part 1 / F- IV of RFP document.

    Q. 8. Is there any set format for experience cum feedback certificate to be obtained from user Govt. / PSU Company?

    Ans. There is no specific format for certificate. However, it should mention empanelment period and also their feedback on quality as to your services as of current date.

    Q. 9. At what stage, Bank Guarantee should be submitted.

    Ans. Yes, it is to be submitted by successful bidders only at later stage as per format prescribed by the Bank.

    Q. 10. At what stage Non-disclosure agreement as stated in Annexure “B” is to be submitted / executed.

    Ans. It will be the part of main agreement, to be executed by the successful bidder with the Bank.

    Q. 11. Under CTA Platform, payment settlement will be T+1?

    Ans. Yes T + 1 means from date of booking.

    Q. 12. Termination clause seems unilateral and under Force Majeure clause inability to provide services.

    Ans. Termination clause and Force Majeure clause to remain unchanged as detailed in RFP.

    Q. 13. Type of proof of local establishment.

    Ans. License under Shop and establishment Act along with GST registration certificate.

    Q. 14. Whether CTA platform is mandatory.

    Ans. Yes it is mandatory with SBI Cards VISA Services.

    Q.15. If one office is not in Mumbai.

    Ans. It is a mandatory requirement to have at least one local office in Mumbai.

    Q. 16. Cost centers will be based on region or states?

    Ans. Cost centers / sub-cost centers will be region based.

    Q. 17 In case employee leaves or retire from the organization, whether he should have access to

    the portal.

    Ans. No, the access will be terminated in such conditions.

    Q. 18. Any approval system required in portal.

    Ans. Tickets can be booked in anticipation of approval.

  • 35

    Q. 19. Please disclose the percentage of GDS and Non GDS tickets.

    Ans. At present we don’t have percentage wise data in this regard. As of now choice of airline is optional to official.

    Q. 20. Due to working from home in this pandemic situation, whether all pages of RFP document with digital signature is acceptable to the Bank.

    Ans. No. All pages of document should be affixed with office seal and authorised signature.

    Q. 21. Whether hard copies of invoices to be submitted to cost center despite settle of funds through CTA platform.

    Ans. Invariably, Agency has to submit hard copies of bills every 15 days to respective Cost Centre / sub-cost centers.

    Q. 22. Though there is continuity of online air ticketing business, now online ticketing business is being operated in another name of the company.

    Ans. No, continuity of business shall be in-force in single unchanged name.

    Q. 23. When air ticketing business will be given to new empanelled agencies.

    Ans. Immediately after completion of bid process subject to clearance of security compliance by Bank’s ISD department.

    Q. 24. The basis of discount offering.

    Ans. It will be on ticket to ticket basis.