Download as pdf or txt
Download as pdf or txt
You are on page 1of 24

File No.

10(07)/2024-NICSI

National Informatics Centre Services


Incorporated
(A Government of India Enterprise under NIC)
Ministry of Electronics & Information Technology (MeitY)
Government of India

Expression of Interest (EOI)


for
Selection/Shortlisting of Agencies
for
UNEDIFACT based information communication
system.

EOI NO.: NICSI/EOI for UNEDIFACT based ICS/2024/01

1st FLOOR, NBCC TOWER,


15 BHIKAJI CAMA PLACE,
NEW DELHI – 110066.
TEL – 22900525/534/535, FAX – 26105212
Disclaimer

i. This Expression of Interest is released for participants having expertise in the area of
UNEDIFACT based communication and related EoI Scope. Participants qualifying at this
stage shall be invited to participate in the RFP stage.

ii. The information contained in this EoI or information provided subsequently to Agency(ies)
whether verbally or in documentary form/email by or on behalf of NICSI, is subject to the
terms and conditions set out in this EoI.

iii. This EoI is not an offer by NICSI, but an invitation to receive responses from the eligible
Agencies on their intent to participate in this EoI and subsequent RFPs, if any.

iv. The purpose of this EoI is to provide the Agency(ies) with information to assist preparation
of their proposals. This EoI does not claim to contain all the information each Agency may
require. Each Agency should conduct their own investigations and analysis and should
check the accuracy, reliability and completeness of the information contained in this EoI
and where necessary obtain independent advices/clarifications. NICSI may in its absolute
discretion, but without being under any obligation to do so, update, amend or supplement
the information in this EoI.

v. NICSI, makes no representation or warranty and shall have no liability to any person,
including any Agency 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 EoI.

vi. NICSI also accepts no liability of any nature whether resulting from negligence or
otherwise, howsoever caused arising from reliance of any Agency upon the statements
contained in this EoI.

vii. The Agency is expected to examine all instructions, forms, terms and specifications in this
EoI. Failure to furnish all information required under this EoI or to submit a proposal not
substantially responsive to this EoI in all respect will be at the Agency’s risk and may result
in rejection of the EoI.

viii. The publication of this EoI does not imply that NICSI is bound to shortlist an Agency or
subsequently to award the contract to the shortlisted Agency, as the case may be, for the
project and NICSI reserves the right to reject all or any of the proposals or Agencies without
assigning any reason.
Factsheet

EOI Document No. NICSI/EOI for UNEDIFACT based ICS/2024/01


Name of Organization National Informatics Centre Services Inc. (NICSI)
Document Type Expression of Interest
Document Category Services/Works
Service Category UNEDIFACT based information communication system
EoI proposal Validity 180 days
12-06-2024 at e-procurement portal site
Date of Publication of EOI
https://etenders.gov.in
18-06-2024 at 11:30
Last Date for Submission of Note: Agency who had sent their queries through e-mail
Queries: (tender-nicsi@nic.in) will only be allowed to attend the
meeting.
Pre-EoI Meeting
19-06-2024 at 11:30 Hours through Video
Conference
Date and Venue
04-07-2024 till 15:00 Hours
Last date and time for EOI
Proposals that are received late WILL NOT be
submission
considered in this procurement process
05-07-2024 at 15:30 Hours through Video
Opening of EOI
Conference
Publication of Shortlisted
participants Will be Informed Later

Date of presentation Will be Informed Later


Tender Division NICSI
National Informatics Centre Services Inc.
1stFloor, 15 NBCC Tower, Bhikaji Cama Place,
Address for Communication
New Delhi-110066
Email: tender-nicsi@nic.in ,
Phone: 011-22900525/534/535
About NICSI
National Informatics Centre Services Inc. (NICSI) was established in 1995 as a section-8
(erstwhile section-25) company under National Informatics Centre, Ministry of Electronics &
Information Technology, Government of India for providing ICT solutions for eGovernance
projects undertaken by NIC, MeitY, Central/State Governments and Government
Organizations (like Public Sector Undertakings).

NICSI is a leading ICT company with a government facing focus and in the last 25 years,
NICSI has successfully executed more than 20,000 projects in India and other developing
nations by providing state of art and cost-effective solutions for all their growing ICT needs.
These solutions are delivered through purchase of products and services from high-quality
vendors, empanelled with NICSI/GeM. NICSI’s procurement processes are fully compliant
with GFR rules of Government of India.

Scope of Work
Annexure: Scope of Work

1. Objective / Scope
Government of India (GOI) is envisaging to introduce a system whereby information of incoming
passengers is received by the competent authorities at specified timelines prior to arrival of the
passenger at Immigration counters for an assessment of his/her admissibility before he/she arrives. The
aim is to enhance the effectiveness of border inspection system along with acceleration of the process
of passenger clearance preempting avoidance of unnecessary delays without bypassing border clearance
formalities.

The broad level construct would include receiving & conversion of APIS data (from UN/EDIFACT to
ASCII, XML) at centralised location in Delhi (including our DR site) and sending acknowledgement,
in UN/EDIFACT format.

While transmitting the identified information of passengers the service provider shall include required
data elements that are available in machine readable form in travel documents in addition to data
elements as per the specifications of ICAO API guidelines conforming to the specifications contained
in Doc 9303 (series), Machine Readable Travel Documents. All information required shall conform to
specifications for UN/EDIFACT Passenger List Message (PAXLST) found in the WCO/IATA/ICAO
API Guidelines.

Under the provisioned system, airlines/service provider will provide APIS data to BoI at designated
place in a standard data format known as United Nations/Electronic Data Interchange for
Administration, Commerce, and Trade (UN/EDIFACT) format or conversion to the format desired by
BoI. The system would also include verification of Indian Visa by airlines before issuance of boarding
pass, providing PNR data for better profiling. (iAPP/PNR)
The service provider will deliver the set up and services envisaged (including on-site installation,
including free component, kits etc. excluding the consumable items) including Advance Passenger
Information (API) (batch), interactive API and Passenger Name Record (PNR) as possible tools that
enhance border security with pre-arrival and departure manifest data of all passengers and crew
members. There are other similar services for facilitation of passengers, like verification of Visa etc.

The scope shall cover the implementation of the following services, for the purpose of receiving &
conversion of UN/EDIFACT data into ASCII, XML format and sending acknowledgement on receiving
data to the respective airlines including the analytics on the top of the data as decided by BoI.

• APIS services (DR with Active-Active)


• PNR services (DR with Active-Active)
• Visa Verification services (DR with Active-Active)
• Advance Analytics
• APP/iAPI

Technical Specifications

Following are the requirement of the system.

Sr. Technical Description Message


No. Type
1 Establishment of complete set up (including all the required Type
hardware/software/network connections) for receiving airlines B/Type A
APIS/PNR/iAPI/APP/VSS data at centralized location in Delhi, with DRs at Connectivity
Bengaluru/Hyderabad in UN/EDIFACT format under TYPE B/Type-A
standard. Further, establishment of two-way interactive communication with
airlines and other Airline selected providers.
2. Service for Conversion of UN/EDIFACT APIS/PNR/iAPI/APP/VSS data in
desired format and transmitting the same in desired destination by Bureau of
Immigration.

3. The service provider shall be responsible for the following:


1.Interfaces with airlines/service provider host systems that send API, iAPI,
PNR data
2.Delivers API, iAPI, VSS and PNR data to the government data center where
passenger screening and analytics application is hosted
3. In cases where (VSS, PNR and iAPI) , sends back the response from the
data center where the passenger screening and application is hosted to the
airlines host systems
4.Send passenger data using industry standard API, iAPI, PNR
4 The setup established by vendor should be able to provide following
services to BoI/MHA

- Capable to receive the data in UN/EDIFACT format with specified


data requirements as per APIS/PNR/iAPI/APP/VSS data guidelines.
- Capable to receive the data in ASCII format with specified data
requirements as per APIS/PNR/iAPI/APP/VSS data guidelines.
- Capable of sending application generated confirmation message /
acknowledgement to the sender after receiving a PAXLST
transmission in defined format.
- Capable of converting the UN/EDIFACT data in the required
ASCII, XML format by Bureau of Immigration.
- Capable of providing of PNR data of the PAX. Should be
automated, multiuser based and support multi-platform.
- Capable of providing visa data to airlines flying to India for Quick
check of visa validity before issuing boarding pass to passenger.
- Provide BOI response to APIS transmissions with the ability to send
the response to multiple service providers/airlines.
- Provision of dynamic report generation utility for complete
summary of the APIS transmission.
- Provision of upgradation in APP/iAPI from APIS
- The system should transform EDIFACT messages to a custom
ASCII/XML format that can be ingested by GoI systems
- Provision of crossway communication (APIS/PNR/iAPI/APP/VSS)
with Airlines and Govt. of India.
- Bidder shall ensure to receive and process the data as per the
standards defined by IATA and ICAO for the
APIS/PNR/iAPI/APP/VSS services

The TYPE B/TYPE A service provider should ensure following

- The service provider will provide the TYPE B/TYPE A connectivity


in the name of Govt. of India at no cost.
- The service provider will ensure all the software’s/hardware required
for TYPE B/TYPE A setup for data receiving in UN/EDIFACT and
further converting to desired format by BoI.
- The service provider will install the required hardware and software
in the BoI premises as directed by BoI.
- The maintenance of hardware and software will solely be done by
service provider. Further service provider will also ensure proper
backup of hardware in case of any unforeseen situation.
- The service porvider will archive the data for 7 days or till
confirmation of data by BOI whichever is earlier.
- The service provider will transfer the data to secondary server as
designated by BoI.
- Data compatibility and data related issues shall stand with service
provider.
- The service provider will ensure the data security norms standardized
by WCO/IATA/ICAO and Govt. of India.
- The data received will be solely owned by Bureau of Immigration,
Govt. of India.
- The service provider will transfer the APIS data received in
UN/EDIFACT to BoI server in required format in real-time manner.
- Service Provider will ensure 99.5% up time per day for the complete
setup installed, thereafter penalty will be charged for every % down
time.
- Service provider will provide 24*7 technical/functional/operation
support.
- The service provider will deploy suitable resources during the
warranty period for maintaining the SLAs.
API Processing
- The system should allow airlines/Airline selected service providers to
submit advance passenger information (API) for passengers and crew
for international inbound and/or outbound travel and/or transit travel
to and/or from and/or via India.
- The system should support a Push/Pull delivery mechanism, where
an airline’s host system sends/receive API data to the system.
- The system should use the following method for transporting API
data:
o The standard airline Type-B/Type-A assured messaging
protocol.
- The system should support API message transmission using
WCO/IATA UN-EDIFACT PAXLST APIS with the latest
guidelines.
- The system should allow the following carrier types to submit
advance information for passengers and crew through a web-based
application:
o Air (commercial)
o General Aviation
o Cargo
o Other APIS methods

Interactive APP/iAPI System


- The system should process passenger data in real-time interactively
between the carrier check-in agent and the government system. The
passenger data set is composed of passenger passport data (Name,
Date-of-birth, passport number, etc.) and also flight information
(flight number, date, time, departure airport, arrival airport, etc.)
- The system should be capable of providing real-time feedback to the
carrier at check-in with boarding instruction (directive).
- The system should provide real time interactivity between carrier and
government for each check-in passenger.
- The system should board or reject passengers based on configurable
boarding rules controlled (solely) by the Government.
- Exceptions (denied boarding) should be managed through:
▪ Government override i.e., a set of business rules defined by Govt.
to overrule boarding advice generated by system.
▪ Airline override, i.e., a set of business rules in which Airlines can
overrule boarding advice generated by system.
- The system should have a centralized multi-tenant architecture.
- Incase, the data of the airline is submitted by an
APIS/PNR/VSS/APP/iAPI Airline/Airline selected service provider,
the bidder shall comply with the same S.L.As as defined in this RFP
and shall not transfer/levy any additional cost to other
APIS/PNR/VSS/APP/iAPI.
- The decision by the system on the Check-in Request should use one
or more of the following sources of data:
▪ Boarding rules (defined by Government authority)
▪ Visa requirements for each nationality (defined by Government
authority)

PNR Functions
Data Acquisition
- Airline should submit passenger booking data (‘PNR’ data) to the
system for processing.
- Airline should submit passenger Departure Control System (DCS)
data to the system for processing.
- Booking data and DCS data should include international flights to,
from, and transiting through the country.
- Booking data and DCS data should include general aviation flights
to, from and transiting through the country.
- The system should support latest PNRGOV EDIFACT standard
format.
- The system should support UN/EDIFACT PAXLST, PNRPUSH
(SBRRES), Amadeus and PNRGOV message formats
- The system should also support the following DCS check-in data
format:
Passenger Reconcile List (PRL)
- The system should support a Push delivery mechanism, where an
airline’s GDS host or ARS sends PNR data to the system.
- The system should also support a Pull delivery mechanism if possible.
- The system should receive multiple PNR data pushes from ARS or
GDS hosts.
- The system should allow multiple pushes of data starting from 72
hours before the scheduled flight departure.

Advanced Analytics Engine


- The Advanced analytics engine layer shall be deployed on the top of
data reception/transmission layer.
- The advanced analytics engine shall be configured as per parameters
defined by BoI for profiling and processing.
- The service provider shall deliver and deploy ‘XYZ…n’ use-cases
defined by BoI. The same shall be communicated to successful
bidder.
- Data validation of received information (scrutinize format, reformat,
monitor connection for incoming messages, validate all mandatory
information if provided or not)
- Ingestion of Advanced Passenger Information (API)
- Ingestion of interactive Advanced Passenger Information (IAPI) data,
analyze and process boarding directive upon reception of iAPI and
reply with ‘ board’ , ‘No board’, communication to border control
- Ingestion of PNRGOV data
- Deploy feature of manuals submission of passenger data via a web
portal
- Use-Case based Passenger investigation requirements.
- Analytics engine capabilities shall be enable customized business
rules based on passenger data Alerting capabilities as per risk
detected Investigation management capabilities after alert generation
- The engine shall provide a time-based event chronology for
investigative purposes.
- Shall be able to generate fully customized reports as per requirement
of BoI.
- Shall automate reporting tasks to produce business intelligence
dashboards
- Shall be able to track flights Productivity requirements
- Interface and validate information with national watchlists
Interfacing with other India systems
- Verifying compliance with IATA, ICAO, WCO standards

RECEPTION/TRANSMISSION TIMINGS FOR INTERNATIONAL


OUTBOUND FLIGHTS-APIS
The timing of data reception/transmission for outbound flight shall be as below:
• 12 hours before scheduled time of departure
• 4 hours before scheduled time of departure
• D – 15 mins where D is Departure Time

RECEPTION/TRANSMISSION TIMINGS FOR INTERNATIONAL INBOUND


FLIGHTS- APIS
The timing of data reception/transmission for outbound flights is shown below:
• D + 15 mins where D is Departure Time

RECEPTION/TRANSMISSION TIMINGS FOR INTERNATIONAL


INBOUND/OUTBOUND FLIGHTS- PNRGOV

The timing of data reception/transmission for inbound/outbound flights is shown below:

• 72 hours before scheduled time of departure


• 24 hours before scheduled time of departure
• 12 hours before scheduled time of departure
• 4 hours before scheduled time of departure
• D – 15 mins where D is Departure Time

REPORTING UPDATES, ADDITIONS, DELETIONS, AND FLIGHT


CANCELLATIONS

The Global Travel Assessment System shall process the following message types;
• Cancelled Flight- XF.
• Reduction in Party – RP
o The Reduction in Party function removes a passenger from the PAXLST message
• Change Flight Itinerary- CF
The airline/service provider should decide on their inclusion or removal depending on how it affects
the implementation timeline.

Airlines/Service Providers RESPONSIBILITY TO REPORT DATA


ACCURATELY AND TIMELY

While airlines/service providers are not explicitly responsible for the accuracy of the data they send,
they are responsible for transmitting the most current and complete data at their disposal. Effort
should be made to reduce the amount of erroneous data, (i.e., document number 123456789),
however no penalties will be enforced at this time for its submission.
Airlines/Service Providers are directly responsible for ensuring that the data has been sent in the
correct format, is accurate and sent on time.
Airline/Service Provider will be notified for repeat offenses regarding late data submission and may
be assessed penalties in accordance with pertinent regulations at the discretion of the GDCE.
Penalties will not be assessed during data feed outages provided technical support required by carriers
has been provided in a timely fashion, by request of the GDCE or Intermediary.
Delivery, Installation and Commissioning
The following Delivery, Installation and Commissioning services are to be provided:

• All aspects of safe and timely establishment of the UNEDIFACT based Type B/Type A based
setup on site shall be the exclusive responsibility of the Bidder.
• The service provider shall establish a dedicated link (both DC and DR sites) along with a
computer for delivery and processing of APIS/APP/iAPI/PNR/VSS data. The service provider
needs to provide and convert the data to ASCII/XML formats for further processing.
• The service provider shall implement advanced analytics layer after delivery of data as
envisaged in the RFP and custom requirements communicated by BoI. Further, the service
provider shall provide reporting of the parameters with respect to passenger clearance by means
of a dashboard for monitoring purposes by the authorities. This dashboard would be real-time
and dynamic in nature.
• The parameters for reporting on dashboard shall be communicated to the service provider. The
service provider shall build and configure the dashboard accordingly. The user may
communicate for inclusion of additional parameters on the dashboard which the service
provider shall accept and deliver without any additional cost. The same shall not be categorized
as a change request.
• The service provider shall undertake the maintenance of the solution, replacement of defective
equipment and health check up of solution for seamless functioning. This shall be applicable
till the currency of contract.
• A delivery completion certificate must be obtained from user.

Service Level Agreement

The prime objective of the Project is to provide high-quality services / support to authorities to facilitate
traveller/passenger movement. To ensure that required services are available round the clock, in an
efficient manner, the Service Level Agreement (SLA) shall be signed by the service provider. Therefore,
this SLA would be the critical in implementation of this Project, as all the remuneration to the
Successful Bidder shall depend on the same.

It will be responsibility of service provider that no duplicate data is provided to BoI for profiling due to
two parallel systems running simultaneously.

Note: Since each airline provides APIS data either directly or through selected service provider. Hence,
the successful bidder shall not charge other Airlines/Airline selected service provider for providing
(PNR/VSS/iAPI/APP/APIS) data as mandated in this proposal to the Bureau of Immigration,
Government of India. The successful bidder shall not levy/charge any fees to Airlines/Airline selected
service provider including integration and facilitation charges (PNR/VSS/iAPI/APP/APIS) etc. for
providing and complying with Government of India directives.

The bidder shall comply with the following SLAs as stipulated by BoI, the definitions and terms shall
have the meanings set forth below:

• “Availability” shall mean the time for which the services and facilities are available for conducting
operations from the equipment.
• “Downtime” is the time the services and facilities are not available. This excludes the scheduled
outages planned in advance for the Data Centre and the link failures that are not SP responsibility.
• “Incident” refers to any event / abnormalities in the functioning of the Equipment / Services that
may lead to disruption in normal operations.
• “Service Window” shall mean the duration for which the facilities and services shall be available.
Service window in this case shall be 24x7x365.

This SLA provides for minimum level of services required as per contractual obligations based on
performance indicators and measurements thereof. The service provider shall ensure provisioning of all
required services while monitoring the performance of the same to effectively comply with the
performance levels. The services provided by the service provider shall be reviewed by the Client that
shall:
• Regularly check performance of the service provider against this SLA
• Discuss escalated problems, new issues and matters still outstanding for resolution.
• Review of statistics related to rectification of outstanding faults and agreed changes.
• Obtain suggestions for changes to improve the service levels. The SLA has been logically
segregated in the following categories:

1. Delivery Related Service Level


2. Operations Related Service Level

Service Level - Delivery

1. Maximum Period for establishing complete setup from the date of Work order will be 210
days.
Service Level- Operations
1. Minimum 99.5% up time.
2. Authorities shall approve any Preventive Maintenance activity in advance. This activity shall
not implicate any penalty.
3. User shall report any downtime via e-mail to the service provider and record the same in
digital downtime register. Timestamp of sent email will be treated as start time of downtime.
For any difference in email timestamp and physical/digital records, email timestamp shall
supersede.
4. The service engineer would record the closing time in the digital downtime register maintained
by the user.
5. To maintain 99.5% uptime per year, a total downtime allowed per year is 43.8 Hrs. Beyond
which penalty will be charged at the rate of 5*R per hour, where R is the rate of services/per
hour, identified in bid. If X is the unit rate of maintenance per Solution, then R = [ X] /
[5*365*24]
6. Time T, for calculation of penalty, will always be the nearest hour.
7. To maintain 99.5% uptime per day, a total downtime allowed per day is 7.2 mins. Beyond
which penalty will be charged at the rate of 5*R per hour, where R is the rate of services/per
hour, identified in bid. If X is the unit rate of maintenance per Solution, then R = [ X] /
[5*365*24]
8. Time T, for calculation of penalty, will always be the nearest hour.
9. Penalty will be calculated on yearly basis. While releasing the annual payment. In case, penalty
calculated is more than the payment, the Purchaser reserves the right to deduct the penalty from
next payment / Performance Bank Guarantee. If penalty is subtracted from the PBG, the service
provider must top-up the same to maintain initial agreed amount.
Monitoring, tracking and evaluating performance

Weekly status reports submitted by service provider highlighting the following:


• Work performed
• Successful activities
• Unsuccessful activities
• System Availability
• Other performance issues

2.Eligibility Criteria

Reference of
Sl. Insert Value in Enclosed Proof, with
No Item the box / Attach page numbers
required
1 Bidder must be a Company registered in India as per documents
Attach Registration Certificate,
Indian Company Law documentary Deeds as per status of
proof the company

A Bidder should be original (OEM) or fully owned


subsidiary of OEM, of the offered setup (not required Attach OEM MAF with respect
for hardware compliance) for UN/EDIFACT based documentary to the UNEDIFACT
2 APIS, APP and related services in UN/EDIFACT proof to establish based solution
format under TYPE B standard for the last three years. the same
including
authorization
from OEM
The bidder must have an annual turnover of more than During Rs. (In
Rupees Ten crores or equivalent foreign currency Crores)
from the sale/service of deliverable items setup for 2021-22
Certificate attached with
UN/EDIFACT based APIS/ APP/iAPI/ PNR/ TYPE
audited balance sheets
B/TYEP A standard related services/ICT/ data related 2022-23
mentioning Revenue
services in aviation & airport industry, for each
from APIS/ APP/iAPI/
financial year 2021-22, 2022-23 and 2023-24. The 2023-24
PNR/ TYPE B/TYPE A
3 turnover should be supported by authentic
standard related
documentary evidence (Certificate issued by CEO and
services/ICT/ data
counter signed by CA) and confirmation regarding
related services in
turnover. The turnover refers to the company
aviation & airport
responding to this tender and not the composite
industry from Chartered
turnover of its subsidiaries/sister concerns etc. (quote
Accountant
value in Rs. Crores)
Reference of
Sl. Insert Value in Enclosed Proof, with
No Item the box / Attach page numbers
required
I. Bidder or Principle Company must have documents Certificate of Experience
experience of providing the US/UNEDIFACT successful Certificate/Work Order
based services to 5 Countries. commencement issued by respective
of service (from Govt. Authority
4 II. Each of these services that is; iAPI,APP, APIS, user country)
PNR,TYPE B, TYPE A for immigration must be provided.
purposes must have been successfully
implemented at least for 1 country each.
Support setup at DC and DR locations must be Self-Certificate from
provided. The bidder must have infrastructure support respective Authority
at DC in Delhi and DR at Bengaluru/Hyderabad with
suitable resources deployed for maintaining SLAs.
The information should be furnished as per format
given in the Technical Details Performa. In case of
authorized service center, the bidders must submit the
5 agreement copy of service support for quoted product Agreement/Unde
between authorized SPs. rtaking of Service
Support
If agreement/undertaking is not submitted along with
the bid, tender bid may be rejected.
The vendors should only propose solutions that Name of the
6 comply with WCO/IATA/ICAO API Guidelines and document
security criteria. enclosed

Notes:
1. Bidder is to fill the above annexure and indicate the page numbers of the supporting
document in the proof while submitting response to the eligibility criteria.

2. Bidders must ensure that all required documents have been uploaded/submitted along
with the bid to justify his/her eligibility. Bidders may be asked to show all required
documents from the bid to justify his/her eligibility on day of opening the bid itself.
Technical Evaluation Criteria

Technical Evaluation Scheme


Cut-
Off
S.no Evaluation Criteria Marking Scheme Max Marks Marks
1. Passenger Profiling Use Cases (Each relevant use case
Analytics/Profiling presented will be awarded 2 Marks upto 20 use cases, and 60 40
1 Use Cases 1 mark each for additional use cases presented)
1. One project (Completed) with up to INR Rs 15 Crores or
Two projects (Completed) with cumulative value of INR
Rs 15 Crores in the last 2 completed financial years
(2021-22 and 2022-23) with respect to setup for
UN/EDIFACT based APIS/ APP/iAPI/ PNR/ TYPE
B/TYEP A standard related services/ICT/ data
related services in aviation & airport industry
including orders awarded by International Govt. Orgs.: 10
marks

2. One project (Completed) with value between INR Rs 15.1


Crores and INR Rs 30 crores or Two projects (Completed)
with cumulative value ranging between INR Rs 15 Crores
and INR Rs 30 Crores completed in last 2 financial years
(2021-22 and 2022-23) with respect to setup for
UN/EDIFACT based APIS/ APP/iAPI/ PNR/ TYPE
B/TYEP A standard related services/ICT/ data
related services in aviation & airport industry,
including orders awarded by International Govt. Orgs: 20
marks

3. One project (Completed) with value above INR Rs 30


Crores or Two projects (Completed) with cumulative
value ranging between INR Rs 30 Crores and INR Rs 50
crores in the last 2 completed financial years (2020-21 and
2021-22) with respect to setup for UN/EDIFACT
based APIS/ APP/iAPI/ PNR/ TYPE B/TYEP A
standard related services/ICT/ data related services in
Work Experience- aviation & airport industry including orders awarded by
2 A International Govt. Orgs.: 30 marks 30 20
The presentation shall include the following aspects:

1. Project Approach
2. Implementation plan
Presentation on 3. Project Implementation Timelines
Approach and 4. Risk Mitigation Plan
Methodology of 5. Business Continuity Plan to ensure 24x7 facility
3 setup operations. 10 6

Note: Bidders with a cut-off mark of 66 and above shall be technically qualified.
Instructions to the agency
The NICSI, invites service providers to submit their proposals in accordance with conditions
and manner prescribed in this Expression of Interest (EoI) document.

EoI meeting and clarifications


A. The Agencies will have to ensure that their queries for EoI meeting should be sent as
per details in the Fact Sheet.
B. The queries should necessarily be submitted in the following format:

Agency Name XXXXXXXXXXX….


EoI Document EOI Reference Content of EoI Agency’s
S.
Reference(s) Page requiring Query/
No.
(Section) Number(s) clarification(s) Comment(s)

C. NICSI shall not be responsible for ensuring that the agency’s queries have been
received by them. Any request for clarification after the indicated date and time may
not be entertained by the NICSI.
D. The NICSI will endeavour to provide timely responses to all queries. However, NICSI
makes no representation or warranty as to the completeness or accuracy of any response
made in good faith, nor does NICSI undertake to answer all the queries that have been
posted by the agencies.
E. NICSI is not bound to clarify any query received after the day as described above.
NICSI
will review every query and on due consideration will issue corrigendum, if so required.
However, NICSI does not undertake to answer each individual query(ies). Agencies
shall not assume that their unanswered queries have been accepted by NICSI.
F. The corrigendum (if any)/ clarification to the queries from agencies will be posted on
the procurement portal https://etenders.gov.in. Any such corrigendum shall be deemed
to be incorporated in this EoI.
G. In order to provide prospective agencies reasonable time for taking the corrigendum
into account, NICSI may, its discretion, extend the last date for the receipt of the EoIs.
Completeness of the EoI Response
Agencies are advised to study all instructions, forms, terms, requirements and other information
in the EoI documents carefully. Submission of EoI shall be deemed to have been done after
careful study and examination of the EoI document with full understanding of its implications.
The response to this EoI should be full and complete in all respects. Failure to furnish all
information required by the EoI documents or submission of a proposal not substantially
responsive to the EoI documents in every respect will be at the agency's risk and may result in
rejection of their proposal.

Proposal Preparation Cost


The agency is responsible for all costs incurred in connection with participation in this process,
including, but not limited to, costs incurred in conduct of informative and other diligence
activities, participation in meetings/discussions/presentations, preparation of proposal, in
providing any additional information required by NICSI to facilitate the evaluation process.
NICSI will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the EoI process. All materials submitted by the agency shall become the property
of the NICSI and may be returned at its sole discretion.

Amendment of EoI Document


At any time before the deadline for submission of EoIs, the NICSI, may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective agency,
modify the EoI Document by an amendment. All the amendments made in the document would
be informed to all the participating agencies through mail or through written post. The agencies
are advised to visit the website (https://etenders.gov.in) on regular basis for checking necessary
updates. NICSI also reserves the rights to amend the dates mentioned in this EoI for EoI
process. In order to afford prospective agencies reasonable time in which to take the
amendment into account in preparing their EoIs, the NICSI may, at its discretion, extend the
last date for the receipt of EoIs.

Selection Criteria for the next level


NICSI will consider the agencies, who have technically qualified, for the next round of RFP.
The agencies selected through this EoI process shall have up to 5 years validity period.
Evaluation Process
The agency must possess the technical know-how and the financial capabilities that would be
required to successfully provide the services sought by NICSI. The agency’s proposal must be
complete in all respect, conform to all the requirements, terms and conditions and specifications
as stipulated in the EoI document. The evaluation process of the EoI proposed to be adopted
by NICSI as indicated under this clause.

The purpose of this clause is only to provide the agency an idea of the evaluation process that
NICSI may adopt. However, NICSI reserves the right to modify the evaluation process at any
time during the EoI Evaluation process, without assigning any reason, whatsoever, and without
any requirement of intimating the agency of any such change.

NICSI shall appoint an EoI Evaluation Committee (EEC) to scrutinize and evaluate proposals
received. The EEC will examine the proposals to determine whether they are complete, in
response and whether the proposal format conforms the EoI requirements. NICSI may waive
any informality or nonconformity in an EoI that does not constitute a material deviation
according to Ministry of Home Affairs (MHA).

Notifications of consideration for next level


Prior to the expiration of the period of proposal validity as defined in factsheet, the agency will
be notified in writing or by fax or email that it has been considered for the next round i.e., RFP.

Rights to terminate the Process


NICSI may terminate the EoI process at any time and without assigning any reason. NICSI
makes no commitments, express or implied, that this process will result in a business
transaction with anyone. This EoI does not constitute an offer by the department.

Rights to Accept/Reject any or all Proposals


NICSI reserves the right to accept or reject any proposal, and to annul the EoI process and
reject all EoIs at any time prior to award of Contract, without thereby incurring any liability to
the affected agency or agencies or any obligation to inform the affected agency or agencies of
the grounds for NICSI’s action.

Failure to agree with the Terms & Conditions of the EoI


Failure of the agency to agree with the Terms & Conditions of the EoI shall constitute sufficient
grounds for the annulment of selection.
Indemnity
The successful agency shall indemnify, protect and save NICSI/NIC against all claims, losses,
costs, damages, expenses, action suits and other proceedings, resulting from infringement of
any patent, trademarks, copyrights etc. or such other statutory infringements in respect to
services rendered by agency.

Conflict of Interest
I. A Conflict of Interest is where a person who is involved in the procurement has or may
be perceived to have a personal interest in ensuring that a particular Agency is
successful. Actual and potential conflicts of interest must be declared by a person
involved in a EoI process.
II. Where there is any indication that a conflict of interest exists or may arise, it shall be
the responsibility of the Agency to inform NICSI, detailing the conflict in writing as an
attachment to this EoI.
III. NICSI will be the final arbiter in cases of potential conflicts of interest. Failure to notify
NICSI of any potential conflict of interest will invalidate any verbal or written
agreement.

General Terms and Conditions


A. Lodgement of an EoI is evidence of an Agency’s consent to comply with the terms and
condition of Request for EoI process and subsequent bidding process. If an Agency
fails to comply with any of the terms, its EoI may be summarily rejected.
B. Wilful misrepresentation of any fact within the EoI will lead to the disqualification of
the Agency without prejudice to other actions that NICSI may take. All the submissions,
including any accompanying documents, will become property of NICSI. The Agencies
shall be deemed to license and grant all rights to NICSI, to reproduce the whole or any
portion of their proposal document for the purpose of evaluation and to disclose the
contents of submission for regulatory and legal requirements.
C. Agencies must inform NICSI immediately in writing of any material change to the
information contained in the EoI application, including any substantial change in their
ownership or their financial or technical capacity. Copies of relevant documents must
be submitted with their information. For shortlisted Agencies, this requirement applies
until a contract is awarded as a result of subsequent bidding process.
D. Brief overview of the proposed procurement/scope of work given in this document may
be further elaborated, viz., more details may be included in the Request for Proposals
(RFPs) to be issued as a result of evaluation process of this EoI.
E. NICSI reserves the right to formulate any terms & conditions while framing the RFPs,
even if these are in variance with the terms provided in this EoI. Further, the Agencies
shall have no claim in this regard.
F. NICSI reserves the right to modify and amend any of the stipulated condition/criterion
given in this EoI, depending upon project priorities vis-à-vis urgent commitments.
NICSI also reserves the right to accept/reject an EoI, to cancel/abort the process and/or
reject all EoIs/Bids at any time prior to award of empanelment, without thereby
incurring any liability to the affected agencies on the grounds of such action taken by
the NICSI.
G. Any default by the agencies in respect of EoI terms & conditions will lead to rejection
of its EoI.
H. Any attempt by an agency to bring pressure towards NICSI’s decision making process,
such agency shall be disqualified for participation in the present tender and those
agencies may be liable to be debarred from bidding for NICSI/NIC tenders in future for
a period of three years.
I. The decision of NICSI arrived during the various stages of the evaluation of the EoIs is
final & binding on all agencies. Any representation towards these shall not be
entertained by NICSI. Reasons for rejecting an EoI will be disclosed only when it is
requested by the concerned agency.
J. Printed/written conditions mentioned in the EoI proposals submitted by vendors will
not be binding on NICSI.
K. Upon verification, evaluation/assessment, if in case any information furnished by the
agency is found to be false/incorrect, their total proposal shall be summarily rejected
and no correspondence on the same, shall be entertained.
L. NICSI will not be responsible for any misinterpretation or wrong assumption by the
vendor, while responding to this tender.
Annexures

Annexure 1: Format for Covering Letter


[To be submitted on the letterhead of the agency]
To
The Managing Director,
National Informatics Centre Services Incorporated (NICSI)
1st Floor, NBCC Tower,
Bhikaji Cama Place, New Delhi-110066

Subject: Selection of service providers for UNEDIFACT based information communication


system.

Dear Sir,
We, the undersigned, offer to provide our services against your EOI No. <……Insert EOI
no……..> for <……Name of the EoI………...> dated <insert date>. We are hereby submitting
our Expression of Interest in printed format. We hereby declare that all the information and
statements made in this EOI Response are true and accept that any misinterpretation contained
in it may lead to our disqualification.

We agree to abide by all the terms and conditions of the EOI document. We understand you
are not bound to accept any proposal you receive.
We fully understand and agree to comply that on verification, if any of the information provided
here is found to be misleading the short-listing process or unduly favours our company in the
shortlisting process, we are liable to be dismissed from the EOI selection process or termination
of the contract during the project.
We hereby declare that our proposal submitted in response to this EOI is made in good faith
and the information contained is true and correct to the best of our knowledge and belief.
Yours sincerely,
On behalf of [agency’s name]
Authorized Signature [In full and initials]:
Name & Title of signatory:
Name of Agency:
Address:
Seal/Stamp of Agency:
Place:
Date:
Annexure 2: Format for Agency’s Profile
[On Company’s Letter Head]

Details of the Agency (Company)


1) Name of the Agency
2) Address of the Agency
3) Year of Incorporation
Registration Number &
4)
Registration Authority
5) Legal Status (Public/Private)
Name & Designation of the
Authorized person to whom
6)
all references shall be made
regarding this EoI
Telephone No. (with STD
7)
Code)
8) Mobile No.
E-Mail of the contact
9)
person:
10) Fax No. (with STD Code)

11) Website
12) GSTIN Number
13) PAN

14) EMD Details if applicable

Date: Name & Signature of Authorized Representative:


Company Seal: Name of Agency:
Full Address:
Telephone No.:
Annexure 3: Format for Self-declaration by Agency for not being blacklisted
[ON AGENCIES LETTERHEAD]
I / We, Proprietor/ Partner(s) / Director(s)/ Authorized signatory of M/s. __________________
hereby declare that the Agency/Company namely M/s. ______________________________,
as on the date of bid submission, has not been blacklisted or debarred in the last three years and
is not under blacklisting period /active debarred list by NICSI or any of the Central or State
Government Organisation/Public Sector Undertaking / Autonomous Body, etc.

OR

I / We Proprietor/ Partner(s)/ Director(s)/ Authorized signatory of M/s. ___________________


hereby declare that the firm/company namely M/s. __________________________________
in the last three years, was blacklisted or debarred by NICSI, or any other Central or State
Government Organisation / Public Sector Undertaking / Autonomous Body etc. for a period of
_____ months /years w.e.f. __________. The period is over on ___________ and, as on the
date of proposal submission the Agency/Company is not in active blacklisting period and now
entitled to take part in Government Tenders/ EoIs.

In case it is found that the agency has furnished any false/ incorrect/ misleading information/
declaration/ undertaking to NICSI through their EOI/ Bid document/ proposal or otherwise in
any form of communication, NICSI reserves its rights to debar/ blacklist the agency from
participating in any of the NICSI’s tender(s) for a period of 3 years from the date of knowledge
of NICSI and/ or to reject/ cancel all such other tender (s)/ contract(s) which were earlier
granted to the agency by NICSI and/ or to execute/ forfeit the bid securing declaration/ PBG/
EMD/ Security deposit in all rejected/ cancelled tender(s)/ contract(s) of the agency.
In addition to the above NICSI will not be liable to pay any bills/ dues, if any for any completed
/ partially completed work, by the agency for the earlier issued work/ purchase order(s).

Name & Signature of Authorized Representative:

Name:
Capacity in which as signed:
Name & address of the Agency:

Date:
Place:
Annexure 4: Proposal Submission

Agencies shall be required to submit following documents for successful submission of


proposal:
S. No. Description Supporting Document(s) to be attached
Eligibility Criteria as specified in
1. Respective Documents to be attached
EoI(Sl. No 1 to 6)
Technical Evaluation Parameters as
2. per Technical Evaluation Methodology Respective Documents to be attached
(Sl. No 1 to 3)
Relevant Undertakings as mentioned
3. Respective Documents to be attached
in the EoI

You might also like