Tender No: KOL/MM/ - mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/T- Staff Transport...  ·...

44
AIR INDIA LIMITED EASTERN REGION: KOLKATA MATERIALS MANAGEMENT DEPARTMENT TELEPHONE: 033 2511 7697/2511 0059 EMAIL: [email protected] / CIN: U62200DL2007GOI161431 Tender No: KOL/MM/AC/ST-BAGDOGRA/ENQ/13/1436 Date: 31/12/2015 SUB: Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe coach to cater to transportation of Staff & Passengers of Air India Ltd at Bagdogra . Air India Limited (AIL) invites sealed Bids, under Two Bid System i.e. Technical Bid and Financial Bid, from Recognized / Registered Firm / Company engaged in the field of Transport business, fulfilling the eligibility criteria as detailed in the tender. The entire tender document consisting of 28 pages is to be downloaded from AIL web-site www.airindia.in on free of charge basis. The Tender Document consists of the following: Covering letter of NIT Page 1 to Page 4 General Terms and Conditions Annexure A Page 5 to Page 16 Scope of Work, Location & Irrevocable Terms & Conditions Annexure B Page 17 to Page 20 Technical Bid Annexure C Page 21 to Page 24 Price Bid Annexure D Page 25 to Page 26 Format of Covering Letter Annexure E Page 27 Format of authorization letter for Annexure F Page 28 1

Transcript of Tender No: KOL/MM/ - mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/T- Staff Transport...  ·...

AIR INDIA LIMITEDEASTERN REGION: KOLKATA

MATERIALS MANAGEMENT DEPARTMENTTELEPHONE: 033 2511 7697/2511 0059

EMAIL: [email protected] / CIN: U62200DL2007GOI161431

Tender No: KOL/MM/AC/ST-BAGDOGRA/ENQ/13/1436 Date: 31/12/2015

SUB: Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe coach to cater to transportation of Staff & Passengers of Air India Ltd at Bagdogra.

Air India Limited (AIL) invites sealed Bids, under Two Bid System i.e. Technical Bid and Financial Bid, from Recognized / Registered Firm / Company engaged in the field of Transport business, fulfilling the eligibility criteria as detailed in the tender.

The entire tender document consisting of 28 pages is to be downloaded from AIL web-site www.airindia.in on free of charge basis.

The Tender Document consists of the following:

Covering letter of NIT Page 1 to Page 4General Terms and Conditions Annexure A Page 5 to Page 16Scope of Work, Location & Irrevocable Terms & Conditions

Annexure B Page 17 to Page 20

Technical Bid Annexure C Page 21 to Page 24Price Bid Annexure D Page 25 to Page 26Format of Covering Letter Annexure E Page 27Format of authorization letter for attending Bid opening

Annexure F Page 28

1. Period of Contract : The Contract will be for a period of 03 (Three) years from the date of award of the Contract.

2. Guidelines for Submitting Tender Documents : -

2.1 Cover I: Technical Bid: The duly filled, signed and stamped Technical Bid (Annexure C) along with related supporting documents, Covering Letter (Annexure F) and Earnest Money Deposit (EMD) of Rs.18000/- (Rupees Eighteen Thousand Only), should be enclosed in an Envelope marked as Cover- I and should be super scribed Technical Bid- “Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe coach to cater to transportation of Staff & Passengers of Air India Limited at Bagdogra.” – Tender No: KOL/MM/AC/ST- BAGDOGRA/ENQ/13/1436 Date: 31/12/2015, Due Date of Opening 14/01/2016”. The Bidders must furnish all information and details sought/ required in the Tender through documentary evidence and put their signature and

1

official seal on all the pages of such documentary evidence and Annexures enclosed along with Technical Bid. The name of the Bidder, mailing address, contact no. e-mail-id should also be mentioned on Cover-I.

2.2 Cover II: Price Bid: The duly filled in Price Bid: enclosed herewith as Annexure D should be kept in this Cover. The Bidder must sign the Price Bid and also affix their official seal. The Cover containing duly filled-in Price Bid should be sealed and super scribed PRICE BID-“Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe coach to cater to transportation of Staff & Passengers of Air India Limited at Bagdogra.” – Tender No: KOL/MM/AC/ST-BAGDOGRA/ENQ/13/1436 Date: 31/12/2015. The name of the Bidder, mailing address, contact no. e-mail-id should also be mentioned on Cover-II.

2.3 Cover III: Master envelope (for Cover I and Cover II): Both the Covers I & II should further be put in a Master envelope, sealed and super scribed “Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe coach to cater to transportation of Staff & Passengers of Air India Limited at Bagdogra.” Tender No: KOL/MM/ST-BAGDOGRA/ENQ/13/1436 Date: 31/12/2015. Due date of opening 14/01/2016.” The name of the Bidder, mailing address, contact no. e-mail-id should also be mentioned on The Master Envelope i.e. Cover-III. The same should be submitted to the Office of General Manager (MMD), Air India Limited, New Technical Area, Dum Dum, Kolkata – 700 052.

Note: 1. Tenders received without EMD will be out rightly rejected. 2. No indication of the Prices should be made in the Technical Bid.

Last date/time for submission of Tender: 14 th January, 2016 up to 15:00 hrs .

Opening date/time of Tender (Technical bid): 14 th January, 2016 at 15:30 hrs.

3. Technical Bid prepared by the Bidder shall contain all requisite information along with self-attested supporting documents as per details specified in Technical Bid– (Annexure-‘C’).

4. Tender will be opened in the presence of Bidders or their authorized representative, present on the due date of opening i.e. 15:30 Hrs. on 14th January, 2016. The authorised representative must carry an authorization letter (As per specimen provided in Annexure-G) on the letter head of the Bidder on each occasion. Only the Technical Bids of the Tenders received will be opened on that day and the related Price Bids will be sealed and kept in AIL safe custody. The Price Bid of only those Bidders who are found technically suitable in the evaluation of “Technical Bid” will be considered and opened. The Time, Date and Venue of opening of PRICE BID(S) will be intimated later to such Bidders who have been found technically suitable in the evaluation of “Technical Bid”. No correspondence in this regard will be entertained. The Price Bids of the technically disqualified bidders will be returned to them after finalization of the Contract.

5. All Columns provided in the Tender Document should be filled with relevant details and no column should be left blank. Incomplete Tender, Tender where both Technical Bid and Price Bid are found in the same envelope, Bid received after due date , Only Price Bid received without the Technical Bid and vice -versa, Bid received by fax or e-mail , Bid received without signature and official seal , Price Bid not received as per the format

2

provided , Technical Bid received without earnest money deposit or with a lesser amount of earnest money deposit , earnest money deposit submitted in a mode other than as specified in the Tender is liable to be rejected.

6. Tenders should be submitted, duly filled in the prescribed form, signed and stamped and prices clearly written / typed, both in words and in figures without any overwriting. No corrections and/or overwriting in any part of the Tender document is permissible and the same, if found, shall render the bid liable to be rejected.

7. Proprietorship Firm / Partnership Firm / Company under same management cannot submit more than one tender. Violation of this condition will result in rejection of the tender.

8. Bidders are advised to study the tender document carefully. Submission of tender shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications.

9. Conditional bids would not be accepted and are liable to be rejected. 10. The rates quoted should be firm for the entire period of Contract. During the period the

Contract is in vogue, request for increase in contractual rate, in any form, will not be entertained except for reimbursement on account of increase in fuel price, as per the illustrative formulae detailed under Work Scope, Annexure B, of the Tender.

11. While quoting/filling up the Price Bids, the Bidder should take into consideration the following factors:

a. The rate and amount quoted by the bidder shall be given in figures as well as in words. The language for filling Tender Documents shall be English.

b. When there is a difference between the rates in figures and in words, the rates given in words shall be taken as correct.

c. When the rate quoted by the Bidder in figures and in words tallies but the amount is not worked out correctly, rate quoted by the Bidder shall be taken as correct and not the amount.

d. All rates shall be quoted on the tender format only. In case of figures the word Rupees (Rs) shall be written as prefix and word Paise (p) should be written in suffix, e.g. Rs.2.15p

12. It will be imperative for each Bidder to fully acquaint himself with the local conditions and factors, which may have an effect on the execution of the Contract and/or the cost.

13. Tenders received after due date and time will not be entertained/considered. Bidders submitting the Tender through post or courier will do so at their own risk and if the sealed Tender documents are misplaced or received after the due date and time, AIL will not be responsible for the same and no correspondence in this regard will be entertained whatsoever.

14. If deemed necessary, AIL may seek clarifications on any aspect related to the Tender from the Bidder. Air India reserves the right, at its sole discretion to seek whatever information, documents etc. from the Bidder as it may consider necessary for the purpose of evaluation of the Technical Bids. During the process of the evaluation of Technical Bids, no queries shall be entertained from the bidders with regard to the status of the evaluation.

15. Air India reserves the right to accept or reject any/or all Bids, annul the Tender process and reject all Bids at any time, prior to the award of Contract, without incurring any liability or without any obligation to inform the Bidder (s) of the grounds for its action.

3

16. In case, if it is found at any stage, that, the information provided are not true, the Tender/Order/Agreement shall be cancelled and appropriate damages shall be claimed from the Bidder/party, besides forfeiture of EMD/Security deposit.

17. The closing date for submission of bids may be extended at any time including after the schedule date of closing at the sole discretion of AIL.

18. In case L1 bidder (the bidder who has been evaluated to have offered the lowest rate) backs out either before issue of contract / LOI or subsequent to its issue the L1 vendor will be blacklisted for a minimum period of 03 (Three) years. In addition its Earnest Money Deposit / Security Deposit would also be forfeited.

19. Amendments and clarifications, if any, to this Tender will be hosted on AIL website: www.airindia.in and AIL will not intimate the Bidders individually of the same. The Bidders are, therefore, advised to visit AIL website regularly till the last date of submission of Tender. The last amendment, if any, will be hosted a minimum of 07 (Seven) days before the last date of submission of Tender. In case there is change in Requirements / Terms and Conditions / Work Scope after release of the Tender but before its due date , the Bidders who have submitted their response shall have an option to re-submit their bids if they choose to do so.

20. The bid submitted should be valid for 120 days from the date of opening of Technical Bid.

21. As it is not the general norm for AIL to carry out price negotiation following evaluation of the Price Bids, the intending Bidders are advised to submit their best quote(s) in response to the Tender. AIL, however reserves the right to carry out negotiations in exceptional cases with the Bidder who has been evaluated by AIL as having offered the lowest bid in response to the Tender.

22. ZERO DEVIATION: Bidder is advised to quote strictly as per terms and conditions of tender document and not to stipulate any deviation/exceptions/conditions. This is a zero deviation tender.

23. For any further clarification and details on the above Tender please contact our Manager (Tpt.), AIL, NTA, Dum Dum over Tel: 2511-7763, Mobile No. 9836106046.

General Manager-MMDAir India Limited, Kolkata

4

Annexure ‘A’

Ref: KOL/MM/AC/ST – BAGDOGRA/ENQ/13/1436 Date: 31/12/2015

Sub: Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe Coach to cater to transportation of Staff & Passengers of Air India Limited at Bagdogra.

General Terms and conditions:

1. ‘AIL’ as used in the Tender document means ‘Air India Limited’.2. The “Bidder” / “Bidder” and/or “Party”, as used in the Tender document, shall mean

the one who has signed the tender form and submitted the quotation in response to our tender notice.

3. The “Successful Bidder” as used in the Tender Document shall mean the one who has been declared as: a) Lowest Bidder, b) Whose tender in under consideration for award of Letter of Intent (LOI), c) Received Letter of Intent and d) Awarded Contract for commencement/ execution of services.

4. It is further clarified that any individual signing the tender or other documents in connection with the tender must certify whether he signs as:

i. A "Sole Proprietor" of the firm or constituted attorney of such sole proprietor.ii. A partner of the firm if it is a partnership must have authority to refer to arbitration, disputes

concerning the business of the partnership either by virtue of the partnership agreement or a power of attorney. In the alternative, the tender should be signed by all the Partners.

iii. Constituted attorney of the firm, if it is a Company.iv. Authorized signatory of the firm.

5. Title of the job: Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe Coach to cater to transportation of Staff & Passengers of Air India Limited at Bagdogra ii) Transportation of Passengers from Airport to City/Hotel and vice-versa as per requirement of Station Manager, AIL, Bagdogra.

6. Period of contract: 3(Three) years from the date of award of the contract.

7. Acceptance and Execution of Contract:a. The Successful Bidder has to convey acceptance of LOI/Contract within 07(Seven) days of

receipt of the same.b. The Successful Bidder, who is in possession of Coach as per type mentioned in Annexure-B

at the time of submission of tender, after completing the formalities should commence the service within 30 days from the date of the Letter of Intent being placed.

c. The Successful Bidder, who is not in possession of Coach as per type mentioned in Annexure-B and has submitted the Bank Guarantee at the time of submission of Tender, after completing the formalities as detailed under Scope of Work in Annexure-B, should commence the service within 90 days from the date of the Letter of Intent being placed.

d. In case the Successful Bidder is unable to commence the complete services as per work scope as detailed in Annexure-B within 30 /90days (as the case may be) from the date of acceptance of LOI, AIL, shall be intimated the reasons for the same.

e. In case the reasons for delay of commencement of the services are not convincing, AIL shall have a right to cancel the LOI/Contract and shall be free to make alternate arrangements and

5

the successful Bidder will be black listed for a minimum period of 03(Three) years. In addition its Earnest Money Deposit / Security Deposit would also be forfeited.

8. Scope of Work and Location for rendering services:i. Scope of work including Technical requirement as detailed in Annexure- ‘B’.

ii. Location for rendering services as detailed in Annexure- ‘B’.

9. Eligibility criteria for undertaking the job:a. The Bidder must be a firm/company engaged in the field of Transport Business and having a

minimum Annual Turnover of Rs.5.5 Lac (Rupees Five Lac Fifty Thousand Only) in the last 02 (two) financial years, i.e. 2013-2014 & 2014-2015. Copy of audited Balance sheet and Profit & Loss A/c duly certified by Chartered Accountant or certificate from Chartered Accountant certifying Annual Turnover for last 02 (two) financial years i.e. 2013-2014 & 2014-2015 must be submitted along with the Technical Bid.

b. Bidder must be Income Tax Payee and should furnish copy of Income Tax Return for last 02 (two) financial years.

c. Bidder must have PAN and copy of the same must furnish along with the Technical Bid. d. Bidder must have Service Tax Registration and should furnish copy of the same along with

the Technical Bid.e. Bidder must be registered with Corporation / Municipality / Panchayat for carrying out such

trade i.e. engaged in the field of transport business.f. ESI & PF registrations are optional at the time of application of the tender. However the

Bidder shall provide an undertaking along with tender that ESI & PF Registrations shall be obtained within 90 days of the same becoming applicable on such service during the contractual period. In case the same are not obtained and provided within the above mentioned time limit of 90 days from the date of same becoming applicable, the LOI / Contract shall be withdrawn by AIL without any liability on it.

g. In case The Bidder does not have any office at Bagdogra, they must give an undertaking that they will arrange such Office with proper infrastructure at Bagdogra within 90 days from the date of issuance of LOI.

10. Undertakings:a. The Bidder must give an undertaking along with the Technical Bid that in case Contract/LOI

is awarded by AIL, the Bidder shall at his own cost and initiative obtain license as required under the Contract labour (Regulation & Abolition) Act, 1970, if the said Act is applicable to him as per the existing Government Regulations, and deposit a copy with AIL at the time of commencement of the job.

b. The Bidder must give an undertaking that the complete work of as per the Work Scope and at the locations detailed under Annexure-B as given in the Tender shall be made effective as per details provided at point (7) of Annexure–A under the heading ‘Acceptance and Execution of the Contract’.

c. The Bidder must give an undertaking that the registration and licenses under all the applicable Local and Central Taxes and Laws, to be specified separately under each applicable Tax/Law/Act (i.e. Service Tax/Work Contract Act/Provident Fund Act/ESI Act/Income Tax Act/Profession Tax etc.) should be available/obtained and same shall be produced for verification/checking by AIL or by a third party authorized by AIL / Agencies of Govt. of India.

6

d. The Bidder must give an undertaking that they shall be solely responsible to adhere to and comply with the provision of all labour laws applicable to his employees, whether directly engaged or otherwise and shall keep AIL indemnified and harmless against any and all costs, consequences, litigations, penalties and proceedings that may arise on account of any violation of or non-compliance with any provision of any of the applicable labour laws. It will be mandatory on the part of the successful Bidder, wherever applicable, for implementing the provisions of various labour laws such as the Payment of Wages Act, Minimum Wages Act, the Payment of Bonus Act, Employees State Insurance Act, Contract Labour (Regulation and Abolition Act), Provident Fund Act and all other labour Acts/Laws as well as the Rules made there under as applicable to them from time to time.

e. The Bidder must give an undertaking that they shall be solely responsible for obtaining wherever required and keeping their Trade Licence, PF/ESI and Profession Tax Registration valid. The Bidder must give an undertaking that keep AIL and any other agency carrying outworks on behalf of AIL harmless and indemnified against all costs, consequences, litigations, damages and risk that may arise out of any violation of these laws/rules by the successful Bidder, his agents, servants or any other persons acting or claiming to act on his behalf.

f. The Bidder must give an undertaking that they shall keep AIL harmless and indemnified against any cost, consequences, litigations, penalties or proceedings arising out of any violation of any law whether State or Central that may for the time being be in force, or of any law, rule or regulation of any local or municipal authority, as well as against acts of negligence, theft, fraud, dishonestly or any other act of omission or commission whether intentional or otherwise, committed by him or those in his employ or those acting on his behalf.

g. The Bidder must give an undertaking that they shall, at their own risk and cost, ensure that the personnel deployed by them for the job under this contract are insured against all attendant risks that may be associated with the job. AIL shall not be responsible in any manner for any injury or any accidents that may occur in connection with AIL work or for the loss or damage of any material belonging to him placed within AIL premises. Necessary insurance cover against any untoward incident/accident for all the personnel deployed by the bidder for AIL job is to be arranged by the bidder at his own cost within three months of such deployment.

h. The Bidder must give an undertaking that the requisite work as per enclosed Work Scope detailed under Annexure-‘B’ would be completed to the satisfaction of AIL at the location detailed under Annexure-B.

i. The Bidder must give an undertaking that on the spot surprise checks could be conducted by AIL/ Third party authorized by AIL, anytime and any shortcomings are to be overcome .The shortcomings will also attract penal measures at the sole discretion of AIL.

j. The Bidder must give an undertaking that their firm/company is not registered in the name of AIL employee / in the name of such partner or his /her family member as owner/proprietor.

Note:Self-attested copy of documentary proof as required above must be furnished along with Technical bid and in case the required information and documents with the Technical bid are not furnished, the tender is liable to be rejected.

7

11. The technical suitability of Bidder and award of work would be subject to compliance of the eligibility criteria & undertakings as specified in Clause 9 & Clause 10 above and the LOI / Contract would be withdrawn, if these requirements are not fulfilled.

12. Bidder shall give the official mailing Address, Telephone No. and Fax Numbers, E-mail to which all correspondences shall be sent by AIL. If address is changed, the same shall be intimated / notified to AIL immediately.

13. Documentary proof / reference of experience in the field of transport business (if any) may be submitted along with the Technical Bid.

14. Wherever deemed necessary, AIL may seek clarifications on any aspect from the Bidder. .

15. Any notice by one Party to the other pursuant to the Contract, shall be sent in writing to the address specified for that purpose in the Contract.

16. Other terms & conditions:i) The Rate quoted should be - a. Inclusive of: Provision of Coach, Cost involved in Maintenance, Fuel, lubricant, insurance

premium, road tax, permit charges, drivers’ wages, helpers’ wages, overheads, profit, all Government Taxes and Levies(except Service Tax), all other incidental and related charges concerning the service to be provided to AIL.

And

Exclusive of: Applicable Service Tax pertaining to rendering of such service. The same is to be mentioned separately and will be reimbursed by AIL as per prevalent rules

b. Fuel consumption considered will be: 05 Kms. per litre of HSD.

c. The rates at which the work under this contract is awarded shall be operative for the entire period specified in the contract and no enhancement of rate whatsoever will be entertained during the period of the contract except hike in fuel cost as detailed below:If the fuel price varies, needful re-imbursement/deduction, as applicable shall be effected as per the clauses given here under:

I. Standard Fuel Price (HSD) prevailing at BAGDOGRA as on last date of submission of tender i.e. 14/01/2016 shall be the Base Index for Fuel price (HSD), based on which the Bidder shall quote: - Say Rs. ‘A’ / Litre

II. The Mileage ‘M’ of the Coach shall be taken as: 05kms/Litre (HSD).III. The rate of fuel prevailing as on the 1st day of every month after commencement of

Contract will be taken into account for any reimbursement /deduction towards the change in fuel cost and the same will be calculated based on the following formula and will be effective for that month only. Any change in fuel price between 2nd and 30th / 31st of any month will not be considered for any reimbursement /deduction towards the change in fuel cost.

IV. If the fuel price has increased/decreased to say Rs.”B” per Litre on the 1st day of any month, then the difference in rate = +/- Rs. (B-A) per Litre.

V. If “T” is the cumulative productive km covered in that month, the fuel that would have been consumed = T/M Litre

8

VI. The reimbursement/deduction towards fuel price increased / decreased then would be = +/-(B-A) x (T/M)

VII. However change in fuel price shall be reviewed as detailed above only if the escalation / reduction in fuel price is beyond 5% of the base fuel rate for any recovery / payment action.

VIII. The service provider shall submit supplementary bill for any reimbursement towards increase in Fuel price as mentioned above, on monthly basis without any accumulation. This supplementary bill is to be supported with proof of fuel price prevailing on the 1st day of every month after commencement of operations and so on. It may be noted that reimbursement for fuel hike would be considered only for productive mileage.

IX. For any major reduction in service the rate admissible will be arrived at after consultation with the successful bidder.

d. Any increase in cost of insurance/road tax/any other tax/levy, pertaining to the Coach deployed for AIL duty, in future, in connection with operations at present will have to be absorbed by the Successful Bidder.

e. In case government imposes any new statutory levies or taxes during the subsistence of the service agreement, applicable to such service the same will be reimbursed only on production of proof of such applicability and payment.

ii) Earnest Money Deposit (EMD): a. Earnest Money Deposit (EMD) of Rs.18,000/- (Rupees Eighteen Thousand Only), by way of

Bank Draft/Banker’s Cheque from a Scheduled Bank drawn in favour of ‘Air India Limited” payable at Kolkata, should be submitted along with the Technical Bid of this Tender. No other mode of payment is acceptable.

b. Tender will be out-rightly rejected if it is not covered by appropriate deposit of EMD. Receipt of EMD/ Security Deposit of earlier/other tenders/contracts will not be accepted as EMD deposit against this Tender.

c. SSI units registered with the NSIC under its Single Point Registration Scheme/A-I widows Associations/A-I Co-operative society/Handicraft Boards, Khadi Village and Cottage Industries/Social Welfare Organizations/Handicapped and Blind Associations/ Units registered with the Central Purchase Organizations (e.g. DGS&D) will be exempted from submission of EMD.

d. EMD will not carry any interest.e. EMD amount, in respect of successful Tender(s), will be converted into Security Deposit. In

case the successful Bidder withdraws or amends its tender, impairs or derogates from the tender in any respect or declines to accept or honor the Contract if awarded in their favour, the EMD as deposited by the Bidder will be forfeited. If the successful Bidder fails to furnish Security Deposit / Bank Guarantee within the specified period its EMD will be forfeited.

f. If, for any reasons, the Bidder withdraws from the Tender process, at any stage, after opening the Technical Bid, their EMD will be forfeited.

g. EMD in the case of unsuccessful Bidders, will be refunded free of interest within 45 days from the date of finalisation of the contract.

iii)Bank Guarantee-The Bidder not in possession of Coach as per tender specification at the time of submission of tender has to submit a Bank guarantee of Rs. 50,000/- valid for a period for six months from the date of opening of Technical bid. Bank Guarantee of unsuccessful bidder will be returned immediately after the award of Letter of Intent (LOI). Bank guarantee

9

of successful bidder is to be retained by AIL till such time the successful bidder delivers the coach as per Letter of Intent (LOI) & tender specification. Bank Guarantee submitted by successful bidder will be invoked in the event of non- compliance of LOI requirement. The bidders submitting tender and having Coach as per our specification are not required to submit any Bank Guarantee along with Technical bid. The requirement of Bank Guarantee is in addition to the EMD and Security Deposit.

iv)Security Deposit (SD) :a. The successful Bidder(s) will deposit 5% of the total contract value after adjusting the amount of

EMD, as Security Deposit with AIL by means of Demand Draft/Bankers Cheque from a Scheduled Bank drawn in favour of ‘Air India Ltd.’, payable at Kolkata, within 2 (Two) weeks of issue of LOI for the satisfactory performance of the Contract. Alternatively, Bank Guarantee (BG) from a Scheduled Bank, in lieu of the said amount, will be accepted as Security Deposit The validity of the SD / BG will be till 30 days of scheduled completion of all obligations under the contract.

b. Security Deposit will not carry any interest. c. Security Deposit will be refunded only after successful completion of all the contractual

obligations by the successful Bidder, subject, however, to deduction of penalties, if any, that may be leviable under the terms of the contract.

d. Security Deposit will be forfeited in the event of the contract offered in full or in part not being fulfilled by the successful Bidder.

e. The cost of submission of SD or execution of BG would be borne by the successful Bidder.f. A-I widows Associations/A-I Co-operative society / Handicraft Boards, Khadi Village and

Cottage Industries/Social Welfare Organizations/Handicapped and Blind Associations/ Units registered with the Central Purchase Organizations (e.g. DGS&D) will be exempted from submission of EMD.

v) Recovery of Sum Due :a. Whenever, under this Contract, if any sum of money is recoverable from the Service Provider,

AIL shall be entitled to recover such amount by appropriating, in part or full, from the said Security Deposit, already deposited by the Service Provider.

b. In the event of the said Security Deposit being insufficient, the balance of total amount recoverable, as the case may be, shall be deducted from any sum due to the Service Provider under this or any other Contract with AIL. Should this amount be insufficient to cover the said full amount recoverable, the Service Provider shall pay to AIL, on demand, the balance amount, if any, due within 30 days of the demand by AIL.

c. If any amount due to AIL is recovered by appropriating from the said Security Deposit, the Service Provider shall have to make good the same amount, so recovered, to bring the Security Deposit to the original value immediately within 10 days.

vi)Compliance with Security Regulations :a. The successful bidder shall ensure that all the safety and security regulations of AIL, BCAS,

Airport Authority of India or any other agency associated with Airports activity are strictly adhered to and complied with by personnel deployed.

b. Any violation of security regulations and indulging in illegal activities by his personnel will be at the cost / risk of successful bidder.

10

c. The successful bidder should ensure verification of character and antecedents of their personnel by Police before deployment, since AIL is “protected industry” and Airport is “protected area”. Every employee’s photograph, copy of police verification of character and antecedents and bidder undertaking to be furnished to Station Manager.

d. The personnel so deployed must be in procession of photo identity cards provided by the bidder under his signatures, company’s name and seal, and to be shown if and when demanded by Air India Ltd. officials.

e. Any lapse noticed on part of the successful bidder or involvement of their personnel in any malpractice / theft / pilferage of property of AIL passenger / passenger baggage / Cargo consignments /AIL property in the area of work as assigned by AIL shall be inquired into by Air India Ltd. Security Dept. / AIL officials and suitable action deemed fit including legal proceedings shall be initiated for breach of such contractual obligation apart from imposing penalty on the successful bidder.

f. The successful bidder shall take responsibility for good conduct of the personnel deployed by them in AIL premises/Airport.

vii) Compliance with Mandatory Regulations :

a. Wherever applicable the successful bidder shall at his own cost and initiative obtain license as required under the Contract labour (Regulation & Abolition) Act, 1970, and shall comply with various provisions contained therein on award of Contract/LOI by AIL, as per the existing Government Regulations, and deposit a copy with AIL at the time of commencement of the job.

b. It shall be the sole responsibility of the successful bidder (wherever applicable) to ensure that all labour laws applicable in respect of his employees whether directly engaged or otherwise, are complied with. It will be mandatory on the part of the successful Bidder for implementing the provisions of various labour laws such as the Payment of Wages Act, Minimum Wages Act, the Payment of Bonus Act, Employees State Insurance Act, Gratuity Act, Payment of Bonus Act, Factory Act Contract Labour (Regulation and Abolition Act), Provident Fund Act (as applicable) and all other labour Acts / Laws as well as the Rules made there under as applicable to them from time to time and promulgated by the Central Govt./ State Govt./ Local Authority. The successful bidder shall keep AIL indemnified and harmless against any and all costs, consequences, litigations, penalties, damages, risk and proceedings that may arise on account of any violation of or non-compliance with any or all provisions of these laws /rules by the successful bidder / his agents, servants and / or any other person claiming to act on his behalf.

c. The successful bidder shall also be solely responsible for obtaining wherever required and keeping their Trade License, PF/ESI and Profession Tax Registration valid. The successful Bidder shall ensure to keep AIL and any other agency carrying out works on behalf of AIL harmless and indemnified against all costs, consequences, litigations, damages and risk that may arise out of any violation of or non-compliance with any provision of the PF/ESI Act and the Rules made there under, or any Rule or Regulation of any other Statutory Authority, by the successful Bidder, his agents, servants or any other persons acting or claiming to act on his behalf.

d. The successful bidder shall also keep AIL harmless and indemnified against any cost, consequences, litigations, penalties or proceedings arising out of any violation of any law

11

whether State or Central that may for the time being be in force, or of any law, rule or regulation of any local or municipal authority, as well as against acts of negligence, theft, fraud, dishonestly or any other act of omission or commission whether intentional or otherwise, committed by him or those in his employ or those acting on his behalf.

viii)The Successful Bidder shall ensure that his personnel do not cause hindrance to the activities of AIL and that they are properly turn out and conduct themselves with decorum while interacting with AIL Employees or other personnel inside the AIL premises.

ix) The contract would be between AIL and the successful bidder and not with any individual. No part of the contract nor any share or interest therein shall in any manner or degree be transferred/ assigned or sublet by the service provider directly or indirectly to any person, firm or corporation whatsoever.

x) The Successful Bidder shall, at his own risk and cost, ensure that the personnel deployed by him for the job under this contract are insured against all attendant risks that may be associated with the job. AIL shall not be responsible in any manner for any injury or any accidents that may occur in connection with AIL work or for the loss or damage of any material belonging to him placed within AIL premises. Necessary insurance cover against any untoward incident/accident for all the personnel deployed by the bidder for AIL job is to be arranged by the bidder at his own cost within three months of such deployment.

xi) The Bidder shall be solely responsible for the acts and deeds of his personnel deployed by him for the job. AIL will, in no way, be responsible for violation of any rules/regulations/instructions of the concerned agencies and/or for any loss or damage caused by his personnel to AIL and/or third party and any such loss or damage shall have to be compensated/borne by them.

xii) Supervision of personnel provided by the Successful Bidder shall be his responsibility. The Successful Bidder shall ensure the quality of job performed by its personnel and in case of any complaint, the Bidder shall have to replace the concerned personnel. AIL shall have right to refuse entry of any such personnel.

xiii)The personnel deployed by the Service Provider/ Successful Bidder shall under no circumstances be deemed to be in the employment of AIL. There would be no obligation whatsoever on the part of AIL to absorb any of the personnel deployed on contract. The Service Provider/ Successful Bidder shall be solely responsible for the personnel employed by him under the Agreement (if awarded). The service provider/ Successful Bidder shall also be responsible for any theft, dishonesty or disobedience and for any offence whether criminal or social that may be committed by his employees, agents, and those acting or claiming to act on his behalf.

xiv) The Service Provider/ Successful Bidder shall indemnify AIL for any loss or damage to their property, equipment or personnel directly or indirectly arising out of or resulting from the negligence of the personnel deployed by the service provider. Any loss or damages caused to the AIL’s property, equipment and personnel due to their operation/maintenance job will be recovered from the pending bills/ security deposit of the service provider/successful Bidder.

xv) Terms of Payment:a. The bidder shall submit his monthly bills, incorporating PAN and service Tax registration, in

triplicate towards the service rendered in the previous month to Station Manager, AIL, Bagdogra, for scrutiny, certification and onward dispatch to the office of G.M.(Finance), AIL, ER, Kolkata for payment action. All supporting documents like vehicle log book etc.

12

must be submitted along with the bills for scrutiny. Payment shall be effected in 30 days from the date of receipt of bills provided bills with supporting documents are complete in all respects.

b. Necessary deductions towards INCOME TAX and any other tax shall be effected at source at the time of settlement of monthly bills as per prevalent laws/rules.

c. No Advance Payment is admissible.

xvi) Penalty:a. Prompt – Punctual – Efficient, Safe, Courteous and Quality is the essence of this service.

Lapses due to bidder will be viewed seriously and penalties will be imposed on the bidder.b. In the event of deploying sub-standard Coach and defects in body and mechanical/electrical

components or deploying the Coach other than the agreed type, penalty of Rs. 500/- (Rupees Five Hundred only) will be imposed on each occasion.

c. Delayed deployment of more than 15 minutes shall also attract penalty of Rs.250/- (Rupees two hundred fifty only) per occasion and shall be deducted from the bill without any communication.

d. In case of breakdown, the carrier shall immediately arrange alternate transport, failing which AIL will be at liberty to avail of any mode of transport and the actual expenditure incurred shall be deducted from the pending bills notwithstanding a penalty of Rs.250/- per occasion for non-performance without any communication).

e. Non-deployment of the Coach shall attract penalty of Rs.1000/- (Rupees one Thousand only) and the actual expenditure incurred for transportation of passengers of AIL shall be deducted from the pending Bills.

f.The above list is only an illustrative list and not exhaustive one. For lapses not covered under the above list Clause xvi (g) shall be applied.

g. In the event of any damage caused to the property of AIL and or the property of passenger traveling in the coaches provided by the bidder, either due to negligence or otherwise of/by the employees of the bidder, necessary recovery as determined by AIL shall be made from the monthly bill/security deposit.

h. Penalties imposed for more than three occasions per month will be considered as irregularity on the part of bidder to execute this agreement. Quantum of penalty will be decided in individual cases and the decision taken by the Station Manager (Bagdogra) in this regard will be final and binding.

xxx) Indemnity:a. The bidder shall indemnify AIL against any claims, damages, loss or penalty including costs

thereof in case of liability arising out of any accident/incident involving Coach deployed by him.

b. The bidder shall indemnify AIL against any claims, damages, loss or penalty including costs there of arising out of any breach or violation of any of the provisions of all the laws, including labour laws as applicable from time to time, governing the employees employed by the bidder and the Coach deployed by him.

xxxi) Fraudulent practices: AIL requires that bidders/contractors observe the highest standard of ethics during the bid and execution of contracts. In pursuance of this AIL-

a. defines, for the purposes of this provision, the terms set forth below as follows:

13

i. “Corrupt practice” means the offering, giving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution;

ii. “Fraudulent practice” means a misrepresentation of facts / forging in order to influence a procurement process or the execution of a contract to the detriment of the AIL, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the AIL of the benefits of free and open competition.

b. Shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

c. Shall declare a firm ineligible and put on holiday, either indefinitely or for a stated period of time if it, at any time, determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a contract.

d. Shall rescind the contract in case of successful bidder with immediate effect adopting fraudulent/ forgery/ corrupt practices during the currency of the contract.

e. EMD or Security deposit as the case be, shall be forfeited in addition to putting such firms on holiday as mentioned above in sub clause c.

xxxii) Errant Bidders:In case after price bid opening the overall lowest bidder (LQ1) is not awarded the job for any

mistake committed by them in bidding or withdrawal of bid or varying any term in regard thereof leading to re-tendering, AIL shall forfeit EMD paid by the bidder and such bidder shall be debarred from participation in tendering at all locations of AIL for a period of 03(Three) years.

xxxiii) Black listing conditions:The party shall be black listed from participating in any AIL tenders for next three years in case-a. The tenderer / successful tenderer adopts fraudulent practices as detailed in clause (xxxi)b. The successful tenderer becomes an errant bidder as specified in clause (xxxii) above.c. The successful tenderer withdraws after award of the contract / LOI. d. The successful tenderer fails to commence service within 30 days (in case of possession of

coach) / 90 days (in case of non-possession of coach) from the date of issuance of LOI / Contract and the reason(s) for such delay are not convincing.

e. The successful tenderer fails to perform the contractual obligations during the currency of the contract in spite of being given a notice period of 30 days to rectify any breach and improve their performance.

xxxiv) Validity/Termination of Agreement :a. The validity of the agreement comes to an end IPSO FACTO by efflux of time unless

otherwise renewed/terminated.b. In case after price bid opening the overall lowest bidder (LQ1) is not awarded the job for any

mistake committed by them in bidding or withdrawal of bid or varying any term in regard thereof, leading to re-tendering, AIL shall forfeit EMD paid by the bidder and such bidder shall be debarred from participation in tendering at all locations of AIL for a period of 03(Three) years.

c. In case the bidder who has been evaluated by AIL as having offered the lowest bid in response to the Tender (LQ1) backs out either before issue of contract / Letter Of Intent or

14

subsequent to its issue the LQ1 bidder will be blacklisted for a minimum period of 03 (Three) years. In addition its Earnest Money Deposit / Security Deposit would also be forfeited.

d. In the event of the successful bidder failing to comply with any of the terms and conditions of the agreement, AIL shall serve a notice of 30 days to the successful bidder to rectify the breach and improve the performance failing which AIL shall be at liberty to terminate the agreement by providing 30 days written notice to the successful bidder and the successful bidder will be black listed for a minimum period of 03(Three) years. In addition its Earnest Money Deposit / Security Deposit would also be forfeited.

e. In case the successful bidder fails to commence the service within the stipulated period i.e. within 15 days from the date of issuance of LOI / Contract and the reasons for such delay are not convincing, AIL shall have a right to terminate the LOI/Contract and make alternate arrangements. Additionally the successful bidder will be black listed for a minimum period of 03(Three) years along with forfeiture of EMD / Security Deposit.

f.AIL may at any time terminate the Contract with immediate effect by giving written notice to the Successful bidder, if the Successful bidder becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to AIL.

g. AIL may at any time terminate the Contract with immediate effect by giving written notice to the Successful bidder, apart from levying any other penalty/ forfeiting EMD / Security Deposit, if the successful bidder adopts any fraudulent practice at any time during the currency of the contract as outlined in “Clause (xxxi) of Annexure A” under the heading Fraudulent Practices. In addition the successful bidder will be black listed for a minimum period of 03(Three) years.

h. Either side shall terminate the contract by giving three month notice in writing. In such an event the terminated party shall have no right to claim any compensation / damage etc. from the terminating party on account of early termination. However, the parties should duly comply with their respective obligations during the notice period and thereafter discharge the obligations arising out of the agreement till the termination.

i.In case the successful bidder discontinues operation / providing service without giving any prior notice, AIL reserves the right to get their service from other agency and the difference in cost that may be incurred over and above the Contractual rate of the Successful bidder shall be realized and /or recovered from the Successful bidder apart from levying any other penalty/ forfeiting security deposit.

xxxv) Arbitration Clause - Any dispute or difference whatsoever arising between the parties out of or relating to construction, interpretation application, meaning, scope operation or effect of this contract or the validity or the breach thereof, shall be settled by arbitration in accordance with the rules of arbitration of the SCOPE Forum of conciliation and arbitration and the award made in pursuance thereof shall be binding on the parties.

xxxvi) Jurisdiction - Any dispute arising out of this tender whatsoever would be subject to the jurisdiction of Kolkata Courts only.

xxxvii)FORCE MAJEURE: Neither Party hereto shall be liable for failure to perform or for delay in performing any of its

obligations under the Contract other than those of billing and payment hereunder, if such failure or delay is caused or results from a condition or FORCE MAJEURE.

15

The term FORCE MAJEURE as used in this contract means Act of God, War, Revolt, Riot, Fire Tempest, flood, earthquake, lightning, direct or indirect Consequences of war (declared/undeclared), sabotage, hostilities, National Emergency, Civil Disturbances, Natural calamities, Commotion, Embargo (Blockage) or any law or Promulgation, ordinance or Executive order whether Central or State or Local or Municipal Authorities, Regulation or Breakage/ Leakage, Bursting or Freezing of Pipeline.

G.M.-MMAIL, E.R.

16

Annexure ‘B’

Ref: KOL/MM/AC/ST-BAGDOGRA/ENQ/13/1436 Date: 31/12/2015

Sub: Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe Coach to cater to transportation of Staff & Passengers of Air India Limited at Bagdogra

1. Scope of work

a. Nature of Work –i) Transportation of Staff & Passengers of AIL from City Booking Office to Airport and vice-versa. ii) Transportation of Passengers from Airport to City/Hotel and vice-versa as per requirement of Station Manager, AIL, Bagdogra.

b. Place of work - BAGDOGRAc. Type of Coach: 25 Seater Non A/C Semi Deluxe Coach, built on Tata Star Bus or of

similar Chassis. The Coach provided should not be earlier than 2011 Model and the Coach must have necessary Permit, comprehensive insurance with passenger coverage, valid Certificate of fitness, pollution control Certificate and all other documents as stipulated under Motor Coach Act. The Coach has to be painted with Air India in house Colour Scheme with Air India Logo written on it, which will be advised in the final Contract. The party has to carry out modification and painting job of Coach offered for AIL duty within 30 / 90 days (As the case may be) from the date of issue of Letter of Intent (LOI).

d. No. of Coach Required: - 01 (One)e. Work Scope: i) Transportation of Staff of AIL from City Booking Office to Airport and

vice-versa. ii) Transportation of Passengers from Airport to City/Hotel and vice-versa as per requirement of Station Manager, AIL, Bagdogra.

f. Job details:No. of days Coach required per month DailyReporting time of Coach at CBO, AIL, Bagdogra (All Seven Days) 09:00 hrs.Departure time of Coach from CBO to Airport. 09:10 hrs.Arrival time of Coach at Airport from CBO 10:00 hrs.Departure time of Coach from Airport to CBO 17:50 hrs.Release time of Coach at CBO, AIL, Bagdogra 18:45hrs.Distance between CBO & Airport 17 Kms.No. of round Trips, per day, between CBO & Airport 01 (One) TripDaily utilization of Coach in terms of Kms. 35 Kms.Daily utilization of Coach in terms of Hrs. 09:45 hrs.Monthly utilization of Coach (Approx. Kms.) 1065 KmsMonthly utilization of Coach (Approx. Hrs.) 297 Hrs.

The timings mentioned above are based on the current flight schedule. The timing and quantum of utilisation may change based on the prevailing flight schedule & changes in policy from time to time and delays/disruption/rescheduling.

2. IRREVOCABLE TERMS AND CONDITIONS

i. Prompt, punctual, efficient, safe, courteous and quality service are the essence of this job.

17

ii. The bidder shall ensure that the coach provided should not be earlier than 2011 model. The registration no. and other relevant papers of the coach intended to be deployed for AIL duty are to be provided in the technical bid. The coach that is duly inspected and approved by AIL Authority is only to be deployed.

iii. The bidder shall render service either by his own coach or coach under his absolute custody. In respect of coach that is not in the name of the Bidder, an existing valid legal document to substantiate that such coach is under absolute custody of the Bidder, should be provided along with the technical bid.

iv. The bidder who is in possession of coach as per the model and chassis specified in the Tender and has not submitted Bank Guarantee under Clause No. 15(iii) of Annexure-A shall have to provide such coach for inspection within 5 working days of opening of Technical Bid failing which his Tender will not be considered and it shall be construed that the Bidder has failed to qualify in the Technical Bid. Coach shown during inspection and not found as per the model and chassis specified in the Tender, will automatically result in cancellation of the bid of the Bidder. Coach shown during inspection and found as per the model and chassis specified in the Tender will have to be modified by the bidder as per details mentioned under Scope of Work (Annexure-B) point ‘C’ within 30 days of such inspection and confirmation for commencement of services pertaining to AIL duty. The decision of AIL Authority in this regard will be final and binding.

v. The bidder not having coach as per the model and chassis specified in the Tender and has provided Bank Guarantee of Rs.50,000/- (Rupees Fifty Thousand Only) along with Technical Bid as detailed under point 15(iii) of Annexure-A and has otherwise become technically qualified will have to produce the coach as per details mentioned under Scope of Work (Annexure-B) point ‘C’ within 90 (Ninety) Days of having received LOI for commencement of services pertaining to AIL duty. Should such a successful Bidder fail to produce the coach within the said stipulated period of 90 (Ninety) Days or even if such coach is produced within such stipulated period of 90 (Ninety) Days, and if the said coach does not conform to the specification and/or requirement as sought for in tender, the contract shall not be awarded to such Bidder and his EMD will be forfeited & the related Bank Guarantee submitted will be invoked. The decision of AIL authority in this regard will be final and binding.

vi. The bidder shall at his own cost ensure that the coaches provided for the service have all requisite valid documents such as Coach RC Book, Insurance Certificate (Comprehensive insurance policy) including emission test certificate (Pollution Under Control), as may be required from time to time for operation on road and should be made available in the Coach.

vii. Driver’s Statutory Requirements: a. The driver(s) deployed must be in possession of valid driving license issued by the

R.T.O. to drive such Coach (transport category) and must carry the same with him while on duty.

b. The list of driver(s) so deployed shall be submitted to AIL periodically in triplicate with their photograph affixed.

c. The driver(s) so deployed shall be issued with Photo Identity card, Name Badge provided by the bidder under his signature, company’s name and seal, which shall be displayed by them while on duty.

18

d. The bidder shall ensure that no driver either under the influence of alcohol or drugs or with psychiatric disorder or under stress is deployed for AIL service. AIL reserves the right to subject the drivers for alcohol consumption test at random by AIL authorised Medical Officer.

e. Since AIL is a “Protected Industry”, all driver(s) deployed by the bidder for AIL duty should be verified by the police for their character and antecedents. Such driver will not indulge in any illegal activities.

f. The driver(s) so deployed for Air India Ltd. duty shall abide by all the rules and regulations relating to aviation safety and security that may be framed from time to time by such authorities as “Bureau of Civil Aviation Security”, “Airport Authority of India”, or any other agency associated with Airport activities. The bidder shall solely be responsible for any violation by his driver(s) deployed.

viii. Coach Statutory Requirements :a. The bidder shall be solely responsible to comply with all provisions of Motor Coach Act

and all other laws, rules, regulations, guidelines etc. as applicable from time to time in respect of plying the Coach.

b. Separate log book will be maintained for recording arrival and departure timings the coach deployed and will be signed by AIL officials so authorised.

c. During the contract period if the Coach is seized or detained or requisitioned by Police / Motor Coach authority or any other authorities for whatsoever reasons that will be to the bidder’s risk and cost and in the event of non-provisioning of Coach for the aforesaid reasons compensation as deemed fit will be payable by the bidder if another serviceable Coach of similar specification is not provided immediately.

d. The bidder shall strictly adhere to the Labour Laws/ By Laws and M.V. Rules and Law of The Land as in force from time to time and shall indemnify AIL against any cost/consequence/litigations arising out of his non-compliance or violation of any such Law/By Law/ Rules.

e. The coaches provided should have valid registration certificate, full comprehensive insurance and statutory requirements of Central/State Governments, fitness certificate, Pollution under Control, Road Tax, Permit etc. The documents must be kept revalidated during the tenure of the agreement.

f. The bidder shall bear all Levies, Cess, Parking charges etc. as may be levied by any agency, local bodies, government etc. in respect of coaches deployed by him for providing service.

g. The bidder will give the statement of coach assigned for AIL’s job with registration number to Station Manager, AIL, Bagdogra. Any change in coaches for any reasons to be notified. Copy of RC book and other documents connected to the coaches deployed to be furnished to the authorised official of AIL.

h. The bidder will arrange at his own cost for regular cleaning of the outside and inside of the coach including upholstery, seats, seat covers, floor mats and other materials therein. The Interiors of the coach shall at all times be maintained neat, clean and in good hygienic condition.

i. The Coach deployed may be replaced only for repairing purpose and any replacement of the declared coach is to be communicated to AIL. The replaced coach can be deployed only after approval of AIL authority

19

ix. Safety and Security :a. The bidder should ensure that all safety and security regulations of AIL and various other

agencies working in and around the airport is strictly followed by the personnel deployed for this service.

b. All the mandatory regulations stipulated by RTO, AAI etc. such as speed limit etc. must be complied with.

c. AIL being a protected industry the personnel deployed by the bidder for this service will not indulge in any illegal/Anti-Social/Anti national activities.

d. AIL will not be liable for any incident/accident or non-compliance of any rules/regulations issued by government, RTO or other regulatory bodies.

e. The drivers(s) and Coach deployed for Air India Ltd. duty will be subjected to security check by the concerned authorities.

f. The driver of the bidder at all times will ensure safety and security of the Staff of AIL while traveling in the Coach and should be in proper uniform.

x. General Conditions : a. The bidder shall be solely responsible for any damage to the property of Air India Ltd.

and/or the property of the passenger traveling in the Coach provided by him/arranged by him either due to negligence or otherwise.

b. The bidder shall be personally responsible for any theft, dishonesty and/or disobedience / acts and deeds on the part of the driver(s) so provided by him to provide this service.

c. The bidder shall be solely responsible in respect of any claim, damages or other liabilities arising out of any incident/accident involving the Coach deployed by him.

d. Coach provided to Air India Ltd. for service shall be for exclusive use of our duties only and no unauthorized person shall be allowed to travel in it. At no point of time sub-contracting will be allowed.

e. In case of breakdown of Coach, it will be the responsibility of the bidder/ /driver to make alternate arrangement immediately.

f. Damage caused if any and claims arising out of any damages caused by the bidder/his Coach or his staff in the course of rendering this service will be solely at the cost and risk of the bidder. Air India Ltd. will not accept any responsibility what-so-ever in this regard.

g. The staff deployed by the bidder to execute this service shall under no circumstance be deemed to be in Air India Ltd.’s employment.

h. The Bidder shall not engage any person below 18 years of age.i. The Bidder shall be the employer for his workers and Air India Ltd. will not be held

responsible fully or partially for any dispute that may arise between the bidder and his workers.

j. All notices and instructions given by either party under this contract to the other shall be in writing. For all correspondence local address of the bidder shall be mentioned.

k. No part of the contract nor any share or interest therein shall in any manner or degree be transferred/ assigned or sublet by the bidder directly or indirectly to any person, firm or corporation whatsoever.

G.M.-MMAIL, E.R.

20

Annexure ‘C’

Ref: KOL/MM/AC/ST-BAGDOGRA/ENQ/13/1436 Date: 31/12/2015

Sub: Tender for Hiring 01 (One) 25-Seater Non A/C Semi Deluxe Coach to cater to transportation of Staff & Passengers of Air India Limited at Bagdogra

TECHNICAL BID Details to be submitted in this Technical Bid Form duly completed & signed with official seal and the same has to be put and sealed in an envelope as detailed in Point 2.1 of Page 2 of Guidelines for Submitting Tender Documents.

Note: 1) Self Attested Documentary evidence with official seal, for each requirement (as the case may be) as sought under the heading description in Profile of the Bidder should be enclosed with this Technical Bid Form.2) Please note all the above Self Attested Documentary evidence related and attached to this Technical Bid Form have to be serially numbered as page ‘ _ of _ ’ and mentioned in the column 4 of table below.3) Annexure-F of the Tender Document duly signed with official seal and date to be enclosed along with this Technical Bid Form.4) Requisite EMD should be enclosed along with this Technical Bid Form

PROFILE OF THE BIDDERSr.No. Description

Mention the page no. as indicated in the Note 2 above

Furnish Information Here Remarks

1 Name of the Company

2

Nature of establishment(proprietary/partnership/company) please enclose a copy of registration certificate

3

In case of partnership/company please provide the names of the partners/ directors with full address/ telephone nos.

4

a) Full address of the Regd. Officeb) Telephone No.c) Mobile No.d) Fax No.e) Email Addressf) Name of Contact persong)Name of 2nd Contact person

21

Sr.No. Description

Mention the page no. as indicated in the Note 2 above

Furnish Information Here

Remarks

5

Full address of the Office in Bagdogra (If registered office is outside Bagdogra)a) Telephone No.b) Mobile No.c) Fax No.d) Email Addresse) Name of Contact personf) Name of 2nd Contact person

Yes/ No

If answer is No Clause 9(g) of Annexure ‘A’ will apply

6

Must be a firm/company engaged in the field of Transport Business and having a minimum Annual Turnover of Rs.5.5 Lac (Rupees Five Lac Fifty Thousand Only) in the last 02 (two) financial years, i.e. 2013-2014 & 2014-2015. Copy of audited Balance sheet and Profit & Loss A/c duly certified by Chartered Accountant or certificate from Chartered Accountant certifying Annual Turnover for last 02 (two) financial years i.e. 2013-2014 & 2014-2015 must be submitted along with the Technical Bid.

Yes/ No2013 – 2014……

2014 – 2015…….If answer is No Tender stands rejected

7

Experience in the field of transport business. Documentary proof / reference to be submitted along with the Technical Bid.

Yes / NoFor information only

8

Must be registered with Corporation / Municipality / Panchayat for carrying out such trade i.e. engaged in the field of transport business.

Yes / No Trade Licence No. ………….

If answer is No without proper justification Tender stands rejected

9

PAN Registration(Copy of PAN card to be enclosed.)

Yes / No PAN……….. If answer is No Tender stands rejected

11

Copy of Income Tax Returns for the last 02 (two) financial years to be enclosed

Yes / No2013 – 2014……

2014 – 2015…….

If answer is No Tender stands rejected

22

Sr.No.

Description Mention the page no. as indicated in the Note 2 above

Furnish Information Here

Remarks

12

Service tax Registration (Copy to be enclosed.)

Yes / No Service Tax No……………….

If answer is No without proper justification Tender stands rejected

13

ESI Code and PF Registration Yes NoESI…………….

PF………………

If answer is No Clause 9(f) of Annexure ‘A’ will apply

14

Has any Director/ Partner / Proprietor been convicted.

Yes / No Any wrong declaration if detected later will render the Tender/ Contract void

15

Whether any employee of AIL or his/her spouse is related to your company in any capacity(if yes give details)

Yes / No

Any wrong declaration if detected later will render the Tender/ Contract void

16

Whether any contract /LOI issued to the Bidder was terminated / rescinded due non-compliance of Terms & Conditions of the Tender./ non-compliance of the provision of Statutory Labour laws/ Criminal Offences in the past

Yes / No If Yes, not eligible

17Whether Bidder was blacklisted by any Government agency.

Yes / No If Yes, not eligible

18EMD of Rs.18,000/- (Rupees Eighteen Thousand Only) Yes /No

DD No. & Date: If answer is No without proper justification Tender stands rejected

19Any other information which Bidder may like to furnish (Separate Sheet may be Enclosed if required.

23

Undertaking :

I have carefully gone through and have understood the General Terms & Conditions, Work scope, Specifications and Undertakings governing the tender and agree unconditionally to abide by/accept all the terms and conditions, entire work scope, all specifications and all undertakings included in this Tender Document. I hereby confirm that I am authorized to Sign the tender Documents.

Place: __________Sign: _________________ Date: _______________

Name: _________________ Designation: _________________

Co. Name with Seal:_______________

G.M.-MMAIL, ER

24

Annexure ‘D’

Ref: KOL/MM/AC/ST - BAGDOGRA/ENQ/13/1436 Date: 31/12/2015

Sub: Hiring of One 25-Seater Semi Deluxe Non-AC Coach to cater to the transportation of Staff & Passengers of Air India Ltd at Bagdogra

PRICE BIDParticulars In

figures(Rs.)

In words(Rs.)

A. Rate for hiring One 25-Seater Semi Deluxe Non- AC Coach per month for 1065Kms. / 297 Hrs. utilisation

Per Month Per Month

B. Service Tax % (if applicable) ………….(%)

C. Consolidated Monthly Rate = (Sl. No. A + B)

D. Payable charges for extra Kilometers beyond 1065 Kms per month oramount recoverable against short running for lesser utilisation than1065 Kms per month

Per Km Per Km

E. Rate for detention over the normal utilisation of 297 Hrs. per month Per Hour Per Hour

Note:(i) Consolidated rate per month offered at Sl. No. (C) will be the criteria for identifying

LQ1 Service Provider.(ii) In the event of additional run/ detention either of (D) or (E) whichever is on the higher

side will be applicable. Additional amount payable due to extra utilization (i.e. beyond 1065Kms/297Hrs total utilisation by the vehicle) will be calculated on monthly basis.

(iii) The payment will be made on the basis of Actual Utilisation. Amount payable for additional run (more than 1065Kms.) or amount recoverable against short running for lesser utilisation (i.e. less than 1065Kms.) would be calculated as per the rate quoted at Sl. No. D and the same will be binding on the LQ1 bidder. Garage In and Garage Out would not be payable.

(iv) The rate is to be quoted taking into consideration the agreement period, work scope, job details, distance and duration of service as detailed in the tender.

(v) The Rate quoted should be – Inclusive of: Provision of vehicle ,Cost involved in providing / arranging Maintenance, Fuel, lubricant, insurance premium, road tax, permit charges, drivers’ wages, helpers’ wages, overhead, profit, all Government Taxes and Levies (except Service Tax), all other incidental and related charges concerning the service to be provided to AIL.

And

25

Exclusive of: Applicable Service Tax pertaining to rendering of such service. The same is to be mentioned separately and will be reimbursed by AIL as per prevalent rules.

(vi) Fuel consumption considered will be: 05Kms. per litre of HSD.(vii) The rates at which the work under this contract is awarded shall be operative for the

entire period specified in the contract and no enhancement of rate whatsoever will be entertained during the period of the contract except hike in fuel cost.

(viii) Any increase in cost of insurance/road tax/any other tax/levy, pertaining to the Coach deployed for AIL duty, in future, in connection with operations at present will have to be absorbed by the Successful Bidder.

IMPORTANT NOTE:

1. IF A BIDDER QUOTES NIL CHARGES / CONSIDERATION OVER AND ABOVE THE KNOWN MINIMUM CHARGES THAT ARE PAYABLE / APPLICABLE AS PER GOVERNMENT OR REGULATORY BODY, ETC. IN THE ABOVE FINANCIAL BID THEN THE BID WILL BE TREATED AS UNRESPONSIVE AND WILL NOT BE CONSIDERED.

2. The Bid should be valid for 120 days from the date of opening of Technical Bid.

Signature of the Bidderwith official seal & date

G.M.-MMAIL, E.R.

26

Annexure ‘E’

FORMAT OF COVERING LETTER FOR SUBMISSION OF TENDER DOCUMENTS ON THE LETTER HEAD OF THE BIDDER

(TO BE SUBMITTED ALONG WITH TECHNICAL BID FORM)

TOGENERAL MANAGER (MMD),AIR INDIA LTD.,NEW TECHNICAL AREA,DUM DUM, KOLKATA: 700 052

Ref: Date:

Sub: Tender for Hiring of 01 (One) 25-Seater Non A/C Semi Deluxe Coach to cater to transportation of Staff & Passengers of Air India Limited at Bagdogra.

Tender No. KOL/MM/AC/ST-BAGDOGRA/ENQ/13/1436 Date: 31/12/2015Due on: 14/01/2016

Dear Madam/ Sir,

We have gone through the Tender document consisting of 28 pages along with the terms & conditions mentioned therein and are pleased to submit our technical and price bid against the same.

We have carefully gone through and have understood the all the General Terms & Conditions, Work scope, Specifications and undertakings governing the tender and agree unconditionally to abide by/accept all the terms and conditions, entire work scope, all specifications and all undertakings included in this Tender Document.

Thanking you,

Yours faithfully,

Signature:Name:Designation:Name of Company:Address:Company seal:Phone No.: Fax. No.: E-Mail:

27

Annexure ‘F’

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

(ON COMPANY LETTER HEAD)

To

General Manager

Materials Management

Air India Ltd., ER, Kolkata

Sub: Authorization for Opening of Bid

Tender No. KOL/MM/AC/ST-BAGDOGRA/ENQ/13/1436 Date: 31/12/2015

Opening Date: 14/01/2016

Opening Time: 15:30 Hrs.

The following person(s) is hereby authorized to attend the bid opening for the tender mentioned above on our behalf.

Sr. No. Name E-mail ID Contact No. Signature

1.2.

Authorised Signatory

Note:

1. Permission for entry to the hall where bids are opened, may be refused in case authorisation as prescribed above is not received.

2. The authorised representatives, in their own interest, must reach the venue of bid opening well in time.

3. The authorised representative(s) must carry a valid photo identity

28