AIR INDIA LTD SOUTHERN REGION: CHENNAI

AIR INDIA LTD SOUTHERN REGION: CHENNAI Tender No.: MMD/2015/OS/TPT/MAA/13 Date: 26.10.2015 SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / ...
Author: Frank Nash
8 downloads 2 Views 480KB Size
AIR INDIA LTD SOUTHERN REGION: CHENNAI Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL PURPOSE USE AT CHENNAI 

Tender to be submitted to Sr. AGM (MM), Air India Ltd, Integrated Service Complex, Meenambakkam, Chennai-600 027 on or before 14.30 Hrs. of 18.11.2015.

*

Opening of Tender (Technical Bid only) 1500 Hrs on the same day.

Dear Sir/Madam, We solicit Recognised / Registered Tourist/staff Transport Operator/Service Provider with 2 years experience in this field and who have an Office at CHENNAI to provide Brand New diesel powered Air-conditioned TOYOTA ETIOS /MARUTI DZIRE or any equivalent Car (with prior approval of Air India) with boot space not less than 375 litres & fitted with GPS and conforming to RTA/RTO regulations for Crew/Officials Transportation and other vehicles for general-purpose use at CHENNAI. Service Provider on his own cost should ensure that the cars provided for the service are registered as ‘Tourist Transport Vehicle’ and will have all requisite valid documents such as Vehicle RC Book, Permit, Insurance certificate 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 each vehicles. The Contract will be for a period of Two years (renewable by one more year at the same RATES, TERMS AND CONDITIONS, IF MUTUALLY ACCEPTED) 1. The tender is invited on Two- bid systems and it contains 34 Pages comprising of a) b) c) d) e) f) g) h) i) j)

Eligibility Criteria & Scope of Work Specific Terms & Conditions General Terms and conditions Technical Bid – Part – I - Profile Technical Bid – Part II Technical Bid - Part III (Statement of vehicles owned by the tenderer) Check list Price Bid Non Scheduled hire of vehicle Covering letter for Tender downloaded from website

Annexure A Annexure B Annexure C Annexure D Annexure E Annexure F Annexure G Annexure H & Annexure H Contd. Annexure I & Annexure I contd. Annexure J

Tender Form can also be downloaded from our web site www.airindia.in however, the Covering letter (Annexure J) to be accompanied with the Tender documents.

1

3.

Guidelines for Submitting Tender Documents : The Tender Documents consists of Two Parts : Technical Bid, Part - I, II & III and Price Bid. These duly filled-in tender form shall be placed in TWO separate covers as detailed below: Cover – I - TECHNICAL BID along with other Annexures. Cover – II - PRICE BID

3.1 Cover 1: The duly filled in Technical Bid (Annexure – D,E & F), check list (Annexure G) along with Earnest Money Deposit (EMD) of Rs. 2,00,000/- (Rupees Two Lakhs only) and Scope of Work, Specific, Terms & Conditions, General Terms & Conditions and Covering Letter for Tender downloaded from website (Annexure - A,B C & J)duly signed in all pages should be kept in a Cover 1 and superscribed Technical Bid - “Tender for Crew/ Officials Transportation at Chennai . – Tender No. Tender No.: MMD/2015/OS/TPT/MAA/13 dated 26.10.2015 due date of opening on 18.11.2015 . The Tenderer must sign all the pages of Annexures enclosed and furnish all details. Note: 1. Tenders received without EMD will be rejected. No indication of the Prices will be made in the Technical Bid. 2. Tenderers are required to fill up check list (Annexure G) without fail and keep it in cover I. 3.2

Cover II: - Price Bid: Only Price Bid Annexure H & Annexure H contd. and Annexure I & Annexure I contd. should be kept in this Cover and no other document should be enclosed with the Price Bid. The Tenderer must sign the Price Bid (Annexure H & Annexure H contd. and Annexure I & Annexure I contd.) and also affix his seal. The cover containing duly filled-in Price Bid should be sealed and superscribed as PRICE BID “Tender for Crew / Officials Transportation at Chennai – Tender No. MMD/2015/OS/TPT/MAA/13 dated 26.10.2015 due date of opening on 18.11.2015.

3.3

Cover III : Both Covers I & II should further be put in a Master envelope sealed and superscribed as “Tender for Crew / Officials Transportation at Chennai – Tender No. MMD/2015/OS/TPT/MAA/13 dated 26.10.2015 due date of opening on 18.11.2015.” This Tender should be submitted to Sr.AGM (MM), Air India Ltd., Integrated Service Complex, Meenambakkam, Chennai-27 on or before 14.30 Hrs. of 18.11.2015.

3.4

Tenders received after due date will not be entertained/considered.

4.

Tender will be opened in the presence of Tenderers present on the due date of opening i.e. –15.00Hrs. on 18.11.2015. Technical Bids of the Tenders received will be opened on that day and the Price Bids will be sealed in the presence of those Tenderers present and kept in our custody. The Price Bid of only of those Tenderers who are successful in the “Technical Bid” evaluation will be opened. The Time, Date and Venue of the opening of PRICE BIDS will be intimated only to those Tenderers, whose Technical Bid is accepted after evaluation based on the criteria enumerated in Annexure ‘E’. No correspondence in this regard will be entertained.

5.

Incomplete Tender or Tender in which both technical Bid and Price Bid are found in the same envelope is liable to be rejected. All Columns should be furnished with relevant details and no column should be left blank.

6.

Tenders should be in prescribed form duly signed and stamped and prices be clearly written in ink both in words and figures without any over-writing. Over-writing, if any, should be counter-signed by the Tenderer.

2

7.

While quoting/filling up the Price Bid, the Tenderer should take into consideration the following factors:

a.

The rate quoted will be for a period of TWO years and the tender is valid for 120 days from the date of opening of the Price Bids. The agreement will be for a period of Two years, renewable for a further period of one year on the same rates, Terms and condition, on mutual acceptance. If not, Air India Ltd., reserves the right to extend the agreement for a further period of three months at the same rates, terms and conditions on expiry of the Contract awarded.

b.

During the Pendency of the Contract, request for increase in monthly contractual amount will not be entertained except for reimbursement for fuel price increase as per the formulae given elsewhere.

8. a. Air India Ltd. reserves the right to reject any or all Tenders without assigning any reason whatsoever and also reserves the right to award the Contract to more than One Agency. b. Air India reserves the right to reject bids of parties who have i) failed to commence the contract as per the scope of work, terms and conditions within the stipulated time . ii) not completed the full term of the contract as per the scope of work awarded to them or (iii) given notice to withdraw from the contract in violation of contractual obligations. 9.

10.

In case if it is found at any stage, the information furnished by the tenderer are not true, the tender / Order / Agreement shall be cancelled and appropriate damages shall be claimed from the tenderer / party besides forfeiture of Security deposit. For any technical clarification on the above tender, please contact AGM (GS), Air India Ltd., Chennai-27. (Ph. No: 22561083).

Thanking you, For AIR INDIA LTD.,

SR. AGM (MMD)

3

ANNEXURE ‘A’

AIR INDIA LTD Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL PURPOSE USE AT CHENNAI ELIGIBILITY CRITERIA AIR INDIA LIMITED, Chennai proposes outsourcing of “Crew/Official” Transportation at Chennai on Annual contract basis for a period of Two years, renewable by one more year on the same rate, Terms and condition on mutual acceptance. Service Provider are required to fulfill all the following eligibility Criteria. The bids of Service Providers who do not fulfill any of the following eligibility Criteria are liable for rejection and so they need not respond. 1. The Tenderer should possess their Office at CHENNAI. All Service providers including those who are having their Head Office outside CHENNAI and having branch office at CHENNAI and responding to this tender should furnish supporting documents like copy of latest telephone bill / rental lease agreement etc. with regard to proof of “CHENNAI Branch Office” address. 2. Service providers should possess a minimum of TWO years Experience in Tourist/Staff Transportation and should be currently in this business. Service providers are required to produce documentary proof to this effect. 3. Service Provider should possess Income Tax Permanent Account Number. 4. Service Provider should possess Service Tax Registration Number. In case the Tenderer is a Joint Venture company, the experience of any one of the constituent company can be considered for Experience purpose provided if the Joint Venture company is Registered One year before the last date of submission of the tender. In similar lines the experience of any of the partners shall be considered provided this FIRM is registered one year before the last date of submission of the tender.

4

SCOPE OF WORK The scope of work consists of 4 parts namely Part A, Part B, Part C and Part D Part A Crew/Official Transportation The Tenderer is required to provide the vehicle fully conforming to RTA/RTO regulation along with fuel, driver etc and carryout periodical maintenance and execute the work through their Supervisor. 1. Nature of Job: To pick up and drop Crew/Engineers/Technicians/Officials of AIR INDIA from Residence / Hotel to Operations Movement Control building at our Integrated Service Complex / Airport and vice-versa, letter delivery to Crew/Officials and transportation of officials as authorized by AIR INDIA LTD for general purpose, round the clock, on all days of the year including Sundays and Holidays. 2. Condition of the Vehicles: The contract must be commenced with Brand New Vehicles which are to be used for Crew pickup and drop and should be in sound mechanical and presentable condition during the tenure of the contract. The vehicle should be fitted with GPS. 3. Work requirement and indicative Utilization: The work shall be carried out under the supervision of the service provider or their supervisor, who shall be available in our premises on round the clock/round the year basis. The requirement shown under is only illustrative as per existing flight schedule and roster pattern. Illustrative utilization

S.No

a1.

Type of Transportation

Cockpit Crew / Cabin Crew / Engineers/ A/C Technician/ Officials of AI & AI Express

Type of vehicle

Brand New Diesel Powered Air conditioned Toyota Etios /Maruti Dzire or any equivalent Cars (with prior approval of Air India) with Boot Space not less than 375 litres and fitted with GPS

Indicative running in effective kms per month

Indicative Number of Vehicles that may be required

Indicative timings of operations

58000 kms

21

24 X 7 basis (round the clock)

5

The illustration made above is only indicative and for regular work and is based on the past few months data. The actual deployment / distance / timings may vary from time to time depending on flight schedule, company’s policy, flight delays and disruptions, crew roster pattern and extraneous factors like weather etc. There may be additional requirement for short duration to meet the ‘Peak requirement’. Additional requirement of vehicle if any to meet the peak requirement on day-to-day basis is also to be met with at the same rate quoted for regular work. The service providers are required to keep sufficient number of similar category of standby vehicles towards maintenance back up of the regular vehicles. 3.1 Wherever Toll and Parking/Entry charges are involved/levied, the same may be paid initially by the service provider and the same shall be reimbursed at actuals on production of proof of payment. 3.2 Payment shall be effected for Actual effective run Kms only (i.e. based on Actual KM utilized by Crew / Engineers / Staff / Officials/ Letter delivery etc): Idle run for positioning vehicles, Garage to Garage Km etc Shall NOT be paid for: Service Providers are advised to Note the above and quote their rate per km accordingly. PART – B (To meet Female staff transportation needs) The Tenderer is required to provide the vehicle fully conforming to RTA/RTO regulation along with fuel, driver etc. and carryout periodical maintenance and execute the work through their Supervisor.         

A/c car like Indica or any equivalent Car for Female staff transportation. The car should be in mechanically sound and presentable condition and not more than 3 years old during the tenure of the contract. The present indicative requirement is one (1) car and the usage will be between 0500 hrs to 0600 hrs and again from 2000hrs to 0000 hrs daily including Sundays and public holidays . The indicative utilization of the Car would be about 900 kms per month. The above is only an indicative volume of work, which may vary from month to month depending on the work, company policy etc., However payment shall be made for actual utilization. Payment shall be effected for Actual effective run Kms only (i.e. based on Actual KM utilized by Female Staff. Idle run for positioning vehicles, Garage to Garage Km, Up and Down Km etc Shall NOT be paid for. Service Providers are advised to Note the above and quote their rate per km accordingly. Wherever Toll and Parking/Entry charges are involved/levied, the same may be paid initially by the service provider and the same shall be reimbursed at actuals on production of proof of payment.

6

PART – C (To meet transportation needs of Sales Team) The Tenderer is required to provide the vehicle fully conforming to RTA/RTO regulation along with fuel, driver etc. and carryout periodical maintenance and execute the work through their Supervisor. Type and No.of Cars required 1. One number A/C Indica Car and 2. One number Non-A/C Indica Car Common Scope of Work for Both the above Cars  

      

Should be in mechanically sound and presentable condition and not more than 3 years old during the tenure of the contract. The present indicative requirement is for usage between 0930 hrs to 1830 hrs from Monday to Friday. Occasionally the same may be required for use on Saturdays, Sundays and Holidays also. The number of Cars may be increased or decreased depending on the work requirement and the service providers are required to supply Cars accordingly at the same quoted rate. The indicative utilization of each Car would be about 50 kms per day. The usage of each car shall be on 9 hours/ 50 kms slab basis for approximately 22 occasions per month. In case of additional requirements, the hiring may be extended either in hours or in kms or both. Additional payments shall be admissible for extra hours and for extra kms. The above is only an indicative volume of work, which may vary from month to month depending on the work, company policy etc., However payment shall be made for actual utilization. Wherever Toll and Parking/Entry charges are involved/levied, the same may be paid initially by the service provider and the same shall be reimbursed at actuals on production of proof of payment.

Kilometers /Timings opening and closing shall be from our City Booking Office at Egmore, Chennai.

7

PART – D (To meet transportation needs of Stores/MMD Team) The Tenderer is required to provide the vehicle fully conforming to RTA/RTO regulation along with fuel, driver etc. and carryout periodical maintenance and execute the work through their Supervisor.  Non A/c car like Indica or any equivalent Car for Stores Department use. Should be in mechanically sound and presentable condition and not more than 3 years old during the tenure of the contract.  The present indicative requirement is one (1) car for usage between 0930 hrs to 1830 hrs from Monday to Friday. Occasionally the same may be required for use on Saturdays, Sundays and Holidays also. The number of Cars may be increased or decreased depending on the work requirement and the service providers are required to supply Cars accordingly at the same quoted rate.  The indicative utilization of the Car would be about 90 kms per day.  The usage shall be on 9 hours/ 90 kms slab basis for approximately 22 occasions per month.  In case of additional requirements, the hiring may be extended either in hours or in kms or both.  Additional payments shall be admissible for extra hours and for extra kms.  The above is only an indicative volume of work, which may vary from month to month depending on the work, company policy etc.,  However payment shall be made for actual utilization. Kilometers /Timings opening and closing shall be from our MMD Office at The Integrated Service Complex at Chennai Airport. For work under Part-A, Part-B, Part C & Part D , wherever Toll and Parking/Entry charges are involved/levied, the same may be paid initially by the service provider and the same shall be reimbursed at actuals on production of proof of payment. Note: (Applicable for Part-A, Part –B ,Part C & Part D) As it is not the general norm for Air India Ltd to carry out price negotiations following evaluation of the price bids, the tenderers are advised to submit their best quotes in response to this tender. Air India Ltd, however, reserves the right to carry out negotiations in exceptional cases with the tenderer who has been evaluated by Air India Ltd as having offered the lowest bid in response to the tender.

8

ANNEXURE ‘ B’

AIR INDIA LTD Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL PURPOSE USE AT CHENNAI SPECIFIC TERMS AND CONDITIONS Prompt, Punctual, Efficient, Safe, Courteous and Quality Service is the essence of this Contract. 1.1.

Service Provider has to provide different type of vehicles as specified in the Scope of work with Drivers and Supervisor round the clock to AIR INDIA LTD to meet the requirement of Pick-up/Drop of Crew and official of AIR INDIA LTD at CHENNAI from Residence/Hotel to Operations Movement Control building at our Integrated Service Complex/Airport and Vice-Versa and for letter delivery round the clock, round the year including Sundays and Holidays.

1.2.

Service Provider shall ensure that the contract would be commenced with Brand new cars fitted with GPS for work under Part A and the vehicles provided for work under Part B, Part C & Part D shall not be more than Three years old during the tenure of the agreement period and shall be in sound mechanical and presentable condition.

1.3.

Service Provider shall render service either by their own vehicles or vehicles under their contract with their business associate of repute only.

1.4.

Service Provider on his own cost should ensure that the cars provided for the service are registered as ‘Tourist Vehicle’ and will have all requisite valid documents such as Vehicle RC Book, Insurance certificate 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 each vehicles.

1.5.

The Service Provider shall provide communication means (like Mobile phone) in each vehicle provided to AIR INDIA LTD. The Service Provider/Supervisor shall have communication facility to communicate with AIR INDIA LTD like Telephones, Fax, Email etc. It is also desired that such communication facility is made available for cars that are used for AIR INDIA LTD requirement for short duration on day-to-day basis.

1.6 Wherever Toll and Parking/Entry charges are involved/levied, the same may be paid initially by the service provider and the same shall be reimbursed at actuals on production of proof of payment. (Please refer clause 3.1 of the scope of work.) 1.7

The drivers deployed must be in possession of valid driving license issued by the R.T.O to drive such vehicles and must carry the same with him while on duty.

1.8

The drivers so deployed shall be issued with proper uniform and Identity Card provided by the service provider, which shall be displayed by them while on duty. 9

1.9

The Service Provider shall ensure that no driver either under the influence of alcohol or under stress be deployed for AIR INDIA LTD’s service. AIR INDIA LTD reserves the right to subject the drivers for alcohol consumption test at random by AIR INDIA LTD Medical Officer.

1.10. Since AIR INDIA LTD is a “Protected Industry”, all staff deployed by the service provider for AIR INDIA LTD duty should be verified by the police for their character and antecedents. 1.11. Service Provider shall ensure that no driver is detailed for AIR INDIA LTD’s duty be allowed to drive or be detained for driving for more than 12 hrs at a stretch. The drivers must be given a rest of at least 8 hrs between two shifts. 1.12. Service Provider shall maintain register/records with complete details of vehicles provided, timings of operations, utilization of vehicles etc. AIR INDIA LTD’s representative will instruct / demand for such details on day-to-day basis, which shall be produced by the Service Provider. 1.13. The service provider shall not assign, transfer, sublet or attempt to assign, transfer, sublet the entire work or any portion thereof. 2.

Vehicles Statutory Requirements:

2.1

The vehicles provided should have valid registration certificate, full comprehensive insurance (to cover the occupants also) and should be fitted with GPS ( Only for Part A of the Scope of work) and should fulfill all the statutory requirements of RTO/RTA of Central/State Governments, Fitness certificate, Pollution Under Control, Road Tax, Permit etc. and must be revalidated before the expiry of the due date during the tenure of the agreement period.

2.2

The Service Provider will give the statement of vehicles regularly assigned for AIR INDIA LTD’s job with registration number to our transport department. Copy of RC book and other documents connected to the vehicles deployed to be furnished to the authorized Official of AIR INDIA LTD.

2.3

The Vehicles that shall be provided to AIR INDIA LTD shall be painted neatly (Preferably White Colour)

2.4

The Service Provider will arrange at their own cost for regular cleaning of the outside and inside of the cars including upholstery, seats, seat covers, floor mats etc., The Interiors of the cars shall be at all times be maintained neat, clean and in good hygienic condition.

3.

Driver’s Conditions and Requirement:

3.1

The service provider shall provide at their own cost proper uniform to the drivers.

3.2

The drivers deployed must be fully aware of CHENNAI roads/routes and must be neatly turned out in uniform.

3.3

The drivers should be well mannered and behave courteously with the crew/official.

10

3.4

The drivers should switch off their mobiles while driving.

3.5

Drivers while on duty shall display their Identity cards provided by the service provider.

3.6

When deputed for Crew pick up duty, driver shall go up to the residence door of the individual and inform them about the arrival of the transport well in time.

3.7

They shall carry out loading/unloading of the luggage/baggage of the crew/official to and from the car and handle up to the ground floor level/lift point. They shall ensure safety and security of the personnel in the car and their luggage/baggage.

3.8

Drivers shall fill up individual trip log for Timings OUT and IN, Kms OUT and IN for each trip and shall take the signature of Crew / Staff / Officials / Engineers / Stores / Sales Team, traveling in the vehicle, to be handed over to the supervisor for further action.

4.

Safety and Security:

4.1

The service provider should ensure that all safety and security regulations of AIR INDIA LTD and various other agencies working in and around the Airport is strictly followed by the personnel deployed for this service.

4.2

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

4.3

AIR INDIA LTD

4.4

AIR INDIA LTD

4.5

The Drivers shall at all times will ensure safety and security of crew/officials and their luggage.

being a protected Industry the personnel deployed by the service provider for this service will not indulge in any illegal/Anti Social/ anti-national activities. will not be liable for any incident/accident or non-compliance of any rules/ regulations issued by government, RTO or other regulatory bodies.

5. Rates and Validity: 5.1 The rate quoted, mutually discussed, finalized and agreed for the above service will be firm and valid for the agreement period. This shall be towards providing the vehicle fully conforming to RTA/RTO regulations along with driver, supervisor etc. The rate quoted shall include all taxes and duties and costs like driver’s wages, supervisory charges, fuel, communication sets, GPS operation, Vehicle maintenance, RTO tax, permit and fitness charges, Insurance, Overhead, Profit etc but shall Exclude Service Tax which is payable extra as fixed by Govt. from time to time. NOTE: However if the Service Tax percentage is not mentioned in the price bid, then it will be presumed that the rates quoted are inclusive of Service Tax and Cess.

11

5.2 The rate finally agreed shall be FIRM during the tenure of the agreement period and no revision in rate shall be considered. However if the fuel price varies, needful re-imbursement shall be considered as per formula given here under: a.

Standard fuel price prevailing at CHENNAI, given below, as on 01.10.2015 shall be the Base Index for Fuel price, based on which the Tenderer shall quote: - Say Rs. ’A’ / Litre. Diesel – Rs. 46.08 per litre. Petrol – Rs. 61.46 per litre.

b.

The Mileage ‘ M’ of the vehicles shall be taken as: 1. 2. 3. 4. 5. 6. 7.

14 kms/Litre for A/c Toyota Etios / Maruti Dzire or any equivalent Cars. 14 kms/Litre for A/c Indica. 9 kms/Litre for A/c 7 Seater vehicle. 15 kms/Litre for Non A/c Indica Cars. 13 kms/Litre for All A/c Petrol driven Cars. 8 kms/Litre for A/c Tempo Traveler 6 kms/Litre for A/c 25 Seater Mini Bus.

c.

The Fuel price prevailing on 1st of the month of service shall only be considered for calculation of fuel escalation reimbursement.

d.

If the fuel price has increased to say Rs. “B” per Litre, then the difference in rate = Rs. (B-A) per Litre.

e.

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

f.

The reimbursement towards fuel price increase than would be = (B-A) x (T/M) Note: If there is decrease in Fuel Price, deduction shall be done from the bill in the above lines:

g.

5.3

The service provider shall submit supplementary bill for reimbursement towards increase in Fuel price on monthly basis without accumulation. This supplementary bill is to be supported with proof of fuel price prevailing on 1st of the month.

In case government impose any additional levies or taxes on this service during the pendency of the service agreement, same will be reimbursed only on production of proof of such payments.

12

6. Payment of Bills: 6.1

The service provider shall submit their monthly bills in triplicate towards the service rendered on the previous month to AGM (GS), AIR INDIA LTD, Southern Region CHENNAI, for scrutiny, certification and onward despatch to General Manager (Finance) for payment action.

6.2

All supporting document like trip sheet duly signed by Crew/Officials, pickup/ drop slips etc. must be submitted along with the bills for scrutiny. Payment shall be effected in 45 days from the date of receipt of bill with supporting documents, complete in all respects.

6.3

Necessary deductions towards INCOME TAX and any other tax shall be effected at source at the time of settlement of monthly bills.

6.4 For work under Part A & Part B of the scope of work, payment shall be effected for Actual effective run Kms only (i.e based on Actual KM utilized by Crew / Engineers / Staff/Officials / Letter delivery): Idle run for positioning vehicles, Garage to Garage Km, Up and Down Km etc Shall NOT be paid for: 7. Penalties: Prompt, Punctual, Efficient, Safe, Courteous and Quality Service is the essence of this contract. Lapses due to service provider will be viewed seriously and penalties will be imposed on the service provider. 7.1

Quantum of penalty will be decided in individual cases and decision of the General Manager (GH) will be final and binding on the service provider.

7.2

In case of failure to commence the service on the stipulated time/date, the E.M.D. shall be forfeited.

7.3

In case of failure to carry out the service to the satisfaction of AIR INDIA LTD, AIR INDIA LTD will be free to get service done by any other agency at the cost and risk of the service provider.

7.4

Few of failures and penalties that may be imposed are enumerated below. A: Non Provision of Supervisor

Rs.250 per supervisor not made available/per 8 hrs shift

B: In case of consequential hire of taxi due non-pickup/drop of crew/official to duty resulting in duty default and self engagement by crew/official for pickup/drop, apart from non payment of the trip charges, the charges for own conveyance claimed by the crew/official will be recovered from the bill. In case of delay to the flight due to late pickup/non pickup, a penalty of Rs.3000/- per occasion over and above the actual expense recovery as mentioned above, shall be made. C: Non provision of communication facility In vehicles used for our service.

Rs.100 per occasion.

13

7.5

The above at 7.4 is only an illustrative list and not exhaustive list. For lapses not covered under 7.4, clause 7.1 shall be applied.

7.6

Penalties imposed for more than three occasions per month will be considered as irregularity on the part of Service Provider to execute this agreement and the decision taken by the GM (GH) as mentioned in clause No.7.1. in this regard will be final and binding.

7.7

In the event of any damage caused to the property of AIR INDIA LTD and or the property of crew traveling in the car provided/arranged by the service provider, either due to negligence or otherwise by the service Provider or their employee necessary recovery as determined by AIR INDIA LTD shall be made from the monthly bill/security deposit.

8.

Indemnity:

8.1

The service provider shall indemnify AIR INDIA LTD against any claims, damages, loss or penalty including costs there of in case of liability arising out of any accident/incident involving vehicles deployed by him.

8.2

The service provider shall indemnify AIR INDIA LTD 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 service provider and the vehicles deployed by him

9. Extension/Termination of Agreement: 9.1

The validity of the agreement comes to an end IPSO FACTO by efflux of time unless otherwise renewed/terminated.

9.2

Contract will be for a period of Two years renewable by one more year on same rates, Terms & Conditions, on mutual Acceptance. If not, AIR INDIA LTD reserves the right to extend the agreement for a period of three months at the same rate, terms and conditions.

9.3

In the event the service provider failing to comply with any of the terms and conditions of the agreement, AIR INDIA LTD shall be at liberty to terminate the contract besides forfeiting the security deposit.

9.4

The contract shall be terminated by either side by giving Three months notice in writing. However AIR INDIA LTD reserves the right to terminate / cancel the order partially or fully without notice and without assigning any reason and without any liability to AIR INDIA LTD.

10. Other Conditions: 10.1

Service Provider should ensure that the cars are positioned well in time for pick-up and drop of crew and official and the service rendered in prompt and courteous manner.

14

10.2

In the event of any delay or breakdown of vehicles en-route, the Service Provider at their own cost shall make alternate arrangement for on time pick-up / drop of the Crew/Official by similar class of vehicles for which agreement is entered into

10.3

The requirement and arrangement of pick-up/drop of official/ crew will vary according to flight schedule, delays, dislocations from time to time, extraneous factors like weather etc. and the service provider shall make arrangement for providing the service as may be required from time to time.

10.4

Service Provider shall be solely responsible for complying with various Labour Laws as applicable from time to time in respect of persons so engaged by him and he shall be solely responsible for any breach or violation of any or all of the provisions of the labour laws as applicable from time to time.

10.5

Service Provider shall be solely responsible for any damage to the property of AIR INDIA LTD and /or the property of the crew traveling in the car provided by them/arranged by them either due to negligence or other wise.

10.6

Service Provider shall be personally responsible for any theft, dishonesty and/or disobedience on the part of the drivers/supervisors so deployed by them to provide this service.

10.7

The Service Provider shall provide the above service under their direct supervision or through their supervisors on 24 X 7 basis. The supervisory personnel so deployed shall ensure that all the security regulations of AIR INDIA LTD, BCAS, Airports Authority of India or any agency associated with airport activity are strictly adhered to and complied with by the persons so engaged by him to provide the service. Any violation of security regulation will be at the cost and risk of the service provider.

10.8

The Service provider shall be solely responsible to comply with all provisions of Motor Vehicles act and all other laws, rules, regulations, guidelines etc as applicable from time to time in respect of plying the vehicles.

10.9

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

10.10

The Service provider shall arrange to display AIR INDIA logo in the cars used for this service.

10.11

Cars provided to AIR INDIA LTD for a pickup / drop or for general purpose use shall be for exclusive use of AIR INDIA LTD only and no unauthorised person shall be allowed to travel in it.

10.12

Trip log to be filled up for Timings OUT and IN, Kms OUT and IN for each trip by the drivers and after taking the signature of Crew / Official / Engineer / Stores / Sales Team to be handed over to the supervisor for further action.

10.13

The supervisor deployed will work in close liaison with our representative to collect pickup/ drop slip on shift-to-shift basis and must be available in our premises on 24 Hrs basis.

10.14

For work under Part A & Part B of the scope of work, kms recordings and timings (both “out” and “in”) shall be for actual effective utilization only. Idle run kms and Positioning Trip Kms shall not be counted for payment. 15

10.15

The Service provider shall at their own cost obtain necessary valid entry permits for his staff and vehicles to enter into AIR INDIA LTD premises.

10.16

The drivers and vehicles deployed for AIR INDIA LTD duty will be subjected to security check by the concerned authorities.

10.17

The supervisor/drivers deployed will carryout their job without causing any inconvenience to the crew/official and without any damage to their property, property of AIR INDIA LTD, AAI or any other public/private property.

10.18

Damage caused if any and claims arising out of any damages caused by the service provider/his vehicle or his staff in the course of rendering this service, will be solely at the cost and risk of the service provider. AIR INDIA LTD will not accept any responsibility what-so-ever in this regard.

10.19

The service Provider will be solely responsible for the staff deployed by them. AIR INDIA LTD in no way be responsible for the same.

10.20

The staff deployed by the service provider to execute this service shall under no circumstance be deemed to be in AIR INDIA LTD’s employment.

10.21

The Service provider shall not engage any person below 18 years of age.

10.22

The Service provider shall be the employer for his workers and AIR INDIA LTD will not be held responsible fully or partly for any dispute that may arise between the service provider and his workers.

10.23

The Service Provider shall be responsible to comply with all the statutory regulations such as PF, ESI, Minimum Wages Act: Bonus Act or other Local Laws as are in force or that may become applicable in future and from time to time in all matters, touching this Service and all matters arising there from. AIR INDIA LTD will have no liability whatsoever arising out of the above regulations.

SR. AGM (MM)

16

ANNEXURE ‘C’

AIR INDIA LTD Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL PURPOSE USE AT CHENNAI GENERAL TERMS AND CONDITIONS 1.

Duration of the Contract: The Contract will be for a period of Two years (renewable by one more year ON THE SAME RATES, TERMS AND CONDITIONS, ON MUTUAL ACCEPTANCE).

2.

AIR INDIA LTD reserves right to add and / or delete any of the activities during the period of contract(s) and no liability shall be on AIR INDIA LTD. Hence tenderer should quote for

all the activities. However, the monthly amount payable to the service provider will depend on the actual services availed. 3.

Earnest Money Deposit: Rs. 2,00,000/- (Rupees Two Lakhs only) by way of Bank Draft/Bankers Cheque drawn in favor of ‘AIR INDIA LTD’ payable at CHENNAI should be submitted along with the Tender. No other mode of payment is acceptable.

3.1.

Earnest Money Deposit will not carry any interest.

3.2.

Earnest Money Deposit amount in respect of successful tenders will be adjusted against Security Deposit.

3.3

Earnest Money Deposit in the case of unsuccessful tenderers will be refunded only on finalization of the tender.

3.4 In case, the successful tenderer fail or refuse to accept the contract offered in full or in part, the Earnest Money Deposit will be forfeited. 3.5 If, for any reasons, the tenderer withdraws from the tender at any stage, after opening the Technical bid, the earnest money deposit will be forfeited. 3.6 Tenders received without Earnest Money Deposit shall be rejected. 3.7 In case of failure to commence the services, upon acceptance of LOI/ Order with in the stipulated time as mutually agreed and (or) in case of abrupt termination/stoppage of work/contract after commencement, besides forfeiture of EMD, the order shall be cancelled and the party shall be debarred for three years to participate in any of the tenders floated by Air India Ltd in Southern Region. 4. Tenders should be valid for 120 days from the date of opening of price Bids.

17

5. When deemed necessary, AIR INDIA may seek clarifications on any aspect from the tenderer. AIR INDIA reserves the right at its sole discretion to seek whatever information, documents etc. from the Tenderer as it may consider necessary for the purpose of evaluation of the bids. 5.1 During the process of the evaluation of bids, no queries shall be entertained from the bidders with regard to the status of the evaluation. 5.2 Conditional price bids would not be accepted, and are liable to be rejected. 5.3 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 to the Tenderer(s) or without any obligation to inform the Tenderer (s) of the grounds for its action. 6.

Security Deposit :

6.1 The successful Tenderers will be required to deposit 5 % of annual agreement value after adjusting the amount of Earnest Money, as Security Deposit with AIR INDIA LTD by Demand Draft/Pay Order within 2 (Two) weeks of communication of acceptance of tender for the satisfactory performance of the contract. Alternatively, Bank Guarantee from a Scheduled Bank in lieu of the said amount will be accepted as Security Deposit. 6.2

Security Deposit will not carry any interest.

6.3 Security Deposit will be refunded only after successful completion of all the contractual obligations by the successful tenderer/Service Provider. 6.4 Security deposit will be forfeited in the event of the contract offered in full or in part not

being fulfilled by the tenderer/Service Provider. 6.5 MSE registered with NSIC are exempted from payment of security deposit (SD) (And EMD) up to their monetary limit as specified in their NSIC certificate. 6.6 MSEs registered with agencies / bodies other than NSIC are not eligible for exemption from payment of security deposit. 7.

Recovery of Sum Due:

7.1 Whenever under this contract any sum of money is recoverable from the service provider AIR INDIA LTD shall be entitled to recover such sum by appropriating in part or full from the said security deposit already deposited by the Service Provider. 7.2 In the event of 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 AIR INDIA LTD. Should this amount be insufficient to cover the said full amount recoverable, the Service Provider shall pay to AIR INDIA LTD on demand the balance amount, if any, due to AIR INDIA LTD within 30 days of the demand by AIR INDIA LTD. 7.3 If any amount due to the company is so set off against the said security deposit, the service Provider shall have to make good the said amount so set off to bring the security deposit to the original value immediately by not later than 10 days

18

8.

The Service Provider shall not transfer or assign or sub-let any part of the service once agreed or any share of interest in any manner or degree, directly or indirectly, to any third party whatsoever.

9.

Arbitration: Any dispute arising between the parties in respect of the construction, interpretation, application, meaning, scope, operation or effect of this document or the validity or breach thereof, shall first be settled by mutual consultation. If the dispute remains unresolved after a period of 90 days from the date when the mutual consultation has started, the matter shall be referred for settlement to “SCOPE FORUM OF CONCILIATION AND ARBITRATION”, Government of India, and the award made in pursuance thereof shall be binding on the parties.

10. Novation: Air India Ltd reserves the right to “NOVATE” this contract to AIATSL / AI-SATS/ AIAESL or any other subsidiaries at same rates, terms and conditions and the same shall be binding upon the service provider. 11.

Jurisdiction: In respect of any matter arising out of this Contract, the Courts of Law in Chennai shall have the exclusive Jurisdiction and both the Parties submit to the said Jurisdiction.

12.

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. The term FORCE MAJEURE as used in this contract means Act of God, War, Revolt, Riot, Fire Tempest, flood, earthquake, lighting, 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.

SR. AGM (MM)

19

ANNEXURE ‘D’

AIR INDIA LTD - SOUTHRN REGION - CHENNAI SUB: CONTRACT FOR PROVISION OF VEHICLE FOR CREW /OFFICIAL TRANSPORTATION AND OTHER GENERAL PURPOSE USE AT CHENNAI Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

PART - I - TECHNICAL BID ( PROFILE OF THE TENDERER ) To be filled by the Tenderer

1. a.

Name and Postal Address of the Tenderer: ____________________________________ ____________________________________

Phone : Mobile : Fax :

E-mail: b.

Postal Address of Chennai (branch)office of the Tenderer: (Attach documentary proof such as current telephone bill/lease or rental agreement etc) ____________________________________ Phone: Mobile: ____________________________________ Fax: ____________________________________ E-Mail:

2.

Experience as ‘Service Provider’ in Tourist/Staff Transport fleet operation (Enclose documentary proof)

3.

Income Tax Permanent account Number (PAN) :

4.

Service Tax Registration Number

5.

Is your concern Recognised/Registered

: _________________________ Years

:

Tick as applicable a. Recognised by Govt. of India as Tourist Transport operator b. Registered under Companies Act c. Registered under Shops and Establishment Act d. Registered as Firm e. Any other (please specify) f. Sister concern of ….(please specify) Annual Turn Over for the last Three years 6. 20 20 20

DATE

- 20 - 20 - 20

Rs. ____________ Rs. ____________ Rs. ____________

TENDERER’S NAME

TENDERER’S SEAL

TENDERER’S SIGNATURE

20

Annexure - “ D ” ( contd..)

AIR INDIA LTD Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF VEHICLE FOR CREW /OFFICIAL TRANSPORTATION AND OTHER GENERAL PURPOSE USE AT CHENNAI PART - I - TECHNICAL BID 7.

( PROFILE OF THE TENDERER )

Income Tax return filing details during the last 3 years :

(Contd..)

Tick as applicable -- All 3 years -- Only 2 years -- Only 1 year -- Not filed

Registration/Allotment Number of

8. 8 a. 8b.

8 c.

ESI

:

PF

:

Any other social security scheme for workers : (Like Group insurance, Personnel Accidents Insurance, Pension etc for Drivers) Name a few Govt./PSU/State Govt/ Reputed companies for which Service Provided in the Last 3 Years (use additional sheet if required )

9.

10.

11.

DATE

__________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________ __________________________________

__________________________________ Number of Tourist Transport vehicles Owned by the company out of total fleet of operation of the company. _______________ vehicles. The Largest ‘Single Order value’ Carried out in the last 3 years : Rs. ________________ Per Annum (State the Company’s name to whom the service is/ was provided)

TENDERER’S NAME

TENDERER’S SEAL

TENDERER’S SIGNATURE

21

ANNEXURE ‘E’

AIR INDIA LTD Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF VEHICLE FOR CREW /OFFICIAL TRANSPORTATION AND OTHER GENERAL PURPOSE USE AT CHENNAI TECHNICAL BID: PART ‘ II’ Kindly Tick or fill up the form at the appropriate Place & and obtain certification for its correctness from a Chartered Accountant for the details provided below. Sl. No. 1

2

3

4

Attribute

Particulars of the Tenderer

Do you have your Office in Chennai. Do you have TWO Years Experience as Tourist /Staff Transport operator and currently in this Business Income Tax Permanent Account Number (PAN). It should be allotted to the tenderer. PAN No ………………… Service Tax Registration Number. It should be allotted to the tenderer. Regn. No. ……………………

For the use of AIR INDIA only

YES

NO

If “NO” Reject the Tender

YES

NO

If “ NO” Reject the Tender

YES

NO

If “ NO” Reject the Tender

YES

NO

If “ NO” Reject the Tender

DATE

TENDERER’S NAME TENDERER’S SEAL TENDERER’S SIGNATURE _____________________________________________________________________________________________________________

CHARTERED ACCOUNTANT ’S CERTIFICATION I, C.A (Name)______________________________Membership number______________________have verified the above details as per the documents /records submitted for verification and hereby certify that the above statement is correct. Signature of C.A ____________________ & Seal

22

ANNEXURE – E contd….

AIR INDIA LTD TECHNICAL BID: PART ‘ II’ Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF VEHICLE FOR CREW /OFFICIAL TRANSPORTATION AND OTHER GENERAL PURPOSE USE AT CHENNAI Kindly Tick or fill up the form at the appropriate Place & and obtain certification for its correctness from a Chartered Accountant for the details provided below. Sl. No. Attribute 5

Particulars of the Tenderer

Is your company : a. Registered under Companies Act OR Whether recognized by Govt. of India(Ministry of Tourism) as Tourist Transport Operator with current validity. b. Whether registered under Shops and Establishment Act

For the use of AIR INDIA only Points Allotted Points Obtained

YES

NO

If

YES

NO

If

YES

NO

If

YES

NO

If (d ) =

(a) =

(b) =

(c) =

5

4

3

c. Registered as Firm. 1

d. None of the above(Sole Proprietorship and others)

Note: For attribute at Sl.No.5 above, if the tenderer fulfills more than one criteria, the one for which attracts the highest score will alone will be considered. Example: If the tenderer is a Recognised by Govt. of India as Tourist Transport operator and also has registered under Shop and Establishment Act, the points awarded shall be 5and not 9. DATE

TENDERER’S NAME

TENDERER’S SEAL

TENDERER’S SIGNATURE ___________________________________________________________________________________________________________

CHARTERED ACCOUNTANT ’S CERTIFICATION I, C.A (Name)______________________________Membership number______________________have verified the above details as per the documents /records submitted for verification and hereby certify that the above statement is correct.

Signature of C.A ___________________________

Seal 23

ANNEXURE – E contd…..

AIR INDIA LTD TECHNICAL BID: PART ‘ II’ Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF VEHICLE FOR CREW /OFFICIAL TRANSPORTATION AND OTHER GENERAL PURPOSE USE AT CHENNAI Kindly Tick or fill up the form at the appropriate Place & and obtain certification for its correctness from a Chartered Accountant for the details provided below. Sl. No. Attribute

6

7

Particulars of the Tenderer

Annual turn over of the Company During the last Three years.

Whether Income Tax return filed for the past 3 years.

DATE SEAL

20

For the year - 20 . Rs. -----

20

- 20 Rs. -----

20

- 20 Rs. -----

For the use of AIR INDIA only Points Allotted Points Obtained Three Years Average value 100 lakhs & above = 20 70 lakhs to less than 100 lakhs = 15 50 lakhs to less than 70 Lakhs = 10 30 lakhs to less than 50 Lakhs = 5 Less than 30 Lakhs = 0

All 3years -----All 3 years : 15 --------…………. Only 2 years : 10 Only2years----Only 1 year :5 -----------…………. Not filed :0 Only 1year --------------…………. Not filed …….

TENDERER’S NAME

TENDERER’S

TENDERER’S SIGNATURE ________________________________________________________________________________________________ _____

CHARTERED ACCOUNTANT ’S CERTIFICATION

I, C.A (Name)______________________________Membership number______________________have verified the above details as per the documents /records submitted for verification and hereby certify that the above statement is correct.Signature of C.A ___________________________Seal Signature of C.A ___________________________ Seal

24

ANNEXURE – E Contd……

AIR INDIA LTD TECHNICAL BID: PART ‘ II’ Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF VEHICLE FOR CREW /OFFICIAL TRANSPORTATION AND OTHER GENERAL PURPOSE USE AT CHENNAI Kindly Tick or fill up the form at the appropriate Place & and obtain certification for its correctness from a Chartered Accountant for the details provided below. For the use of AIR INDIA only Points Points Allotted Obtained

S.NO

Attribute

8 a.

ESI Code allotted to your Company (It should be allotted to the tenderer.) Code No.……………………..

YES

NO

PF Code allotted to your company (It should be allotted to the tenderer.) Code No. ……………………

YES

NO

8. b.

8.c.

Registration with any Social Security Scheme/Insurance etc for Workers/

Particulars

Yes: 5 No: 0

Yes: 5 No: 0 Yes: 5

YES

NO

No: 0

NOTE: Item 8 a, 8 b & 8c shall be evaluated independently. The maximum point for these three attributes put together shall not exceed 10. (Ex.) If PF code and ESI code are available and also registered with Social Security Scheme, the point shall be 10 and not 15.. DATE

TENDERER’S NAME TENDERER’S SEAL TENDERER’S SIGNATURE _____________________________________________________________________________________________________________

CHARTERED ACCOUNTANT ’S CERTIFICATION

I, C.A (Name)______________________________Membership number______________________have verified the above details as per the documents /records submitted for verification and hereby certify that the above statement is correct. Signature of C.A ___________________________

Seal

25

ANNEXURE – E contd…

AIR INDIA LTD TECHNICAL BID: PART ‘ II’ Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF VEHICLE FOR CREW /OFFICIAL TRANSPORTATION AND OTHER GENERAL PURPOSE USE AT CHENNAI Kindly Tick or fill up the form at the appropriate Place & and obtain certification for its correctness from a Chartered Accountant for the details provided below. S.NO

Attribute

9.

Number of Companies for whom the service of providing Tourist Transport …………….. Companies. vehicles are rendered on Annual contract/ standing order basis during last three years

10

Number of Tourist Transport

vehicles (all types put together) OWNED BY THE COMPANY out of total fleet of operation of the company.  Do not attach RC and Insurance copies of the vehicles.  Do not include Business Associate’s vehicles details.

11

For the use of AIR INDIA only Points Points Allotted Obtained

Particulars

…………………… ( In words : …………….)

More than five companies = 10 4 to 5 Companies = 8 2 to 3 Companies = 5 Less than two Companies = 0

26 and above = 20

26 and above 20 to 25

20 to 25

=

15

15 to 19

15 to 19

=

12

10 to 14

10 to 14

=

10

5 to 9

5 to 9

=

5

Less than 5

Less than 5 = 0

Annual value of the single largest contract in the field of providing Rs. …………….. Tourist Transport vehicles in the past 3 years. (Name the company to whom service provided)

70 lakhs & above = 20 From 50 lakhs to less than 70 lakhs = 15 From 30 lakhs to less than 50 lakhs = 10 From 10 lakhs to less than 30 lakhs = 5 Less than 10 Lakhs = 0

Note:  Points will be awarded to each Tenderer based on the criteria enumerated above. The sum total of each Tenderer shall be listed.  The highest total point obtained by a Tenderer shall be treated as BASE Index and the rest of the Tenderer’s points shall be expressed as a percentage of the Base Index. Parties obtaining 75% of the base index and above may be considered as qualified in the Technical Bid, subject to their meeting our Service Standard Declaration: The information furnished above are true, complete and correct DATE

TENDERER’S NAME TENDERER’S SEAL TENDERER’S SIGNATURE _____________________________________________________________________________________________________________

CHARTERED ACCOUNTANT ’S CERTIFICATION

I, C.A (Name)______________________________Membership number______________________have verified the above details as per the documents /records submitted for verification and hereby certify that the above statement is correct. Signature of C.A ___________________________ Seal

26

ANNEXURE - F AIR INDIA LTD

Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL PURPOSE USE AT CHENNAI Technical Bid – Part - III Statement of Vehicles owned by the Tenderer ( Details for 26 latest Model vehicles is sufficient) TENDERER’S NAME: Details Pertaining to our “OWN” Vehicles in our fleet of operation as on date: VehicleType (Indica/ Etios / Indigo / Verito /Maruti Dzire/ Skoda SL. Registration Model Date of Owner’s / Honda / Toyota etc. NO. Number (Year) Registration Name Pls specify)

Validity

Permit

Fitness

Road Tax

Insurance

`

Note:1) Tenderers are required to take print of this annexure in landscape format 2) Use additional sheets if required in the same format. 3) Preferably use different sheet for different classification of Vehicle. . CHARTERED ACCOUNTANT ’S CERTIFICATION I, C.A (Name)_____________________________Membership number_____________________have verified the above details as per the documents / records submitted for verification and hereby certify that the above statement is correct. Signature of C.A ___________________________ & Seal DATE TENDERER’S SEAL

TENDERER’S SIGNATURE

27

Annexure – G AIR INDIA LTD

SOUTHERN REGION: CHENNAI Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL PURPOSE USE AT CHENNAI CHECK LIST Tenderers are required to fill up the check list below. Kindly Tick at the appropriate place 1. Have you signed in and enclosed all the pages of Scope of Work, Specific Terms & Conditions and General Terms & Conditions

YES

NO NO

YES

NO NO

YES

NO NO

4. Have you enclosed EMD

YES

NO NO

5. Have you enclosed all the above Annexures viz Annexure A, B, C, D, E,F,G,J and EMD in Cover 1

YES

NO NO

6. Have you filled and signed in Price Bid (Annexure H & Annexure H contd. YES and Annexure I & Annexure I contd.)

NO NO

7. Have you enclosed Price Bid (Annexure H & Annexure H contd. and Annexure I & Annexure I contd.) in Cover 2

YES

NO NO

8. Have you put both Covers 1 and 2 in a Master envelope viz Cover 3

YES

NO NO

(Annexure A, B & C)

2. Have you filled, signed, enclosed Technical Bid (Annexure D, E and F) and obtained certification from Chartered Accountant in Annexure E&F. 3. Have you filled and signed in covering letter (Annexure J)

DATE

TENDERER’S NAME TENDERER’S SIGNATURE

TENDERER’S SEAL

28

Annexure - H AIR INDIA LTD

Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: TENDER FOR AWARD OF CONTRACT FOR PROVIDING THE SERVICE OF TRANSPORTATION OF CREW / OFFICIAL AT CHENNAI.

PRICE BID DATE:

TENDER REFERENCE: TENDERER’S NAME: To Sr. AGM (MM) AIR INDIA LTD

CHENNAI Sir,

With reference to the above Tender we offer our best price as below: 

Tenderers are requested to refer Scope of work Part A, Part B, Part C & Part D and clause 3, 3.1, and 3.2 of scope of work (Annexure A) on work requirement and indicative utilization for different type of vehicles and clause 5 of Annexure B (specific terms and conditions) before quoting the rates.



In respect of Part A & Part B of the Scope of work, Payment shall be effected for Actual effective run Kms only (i.e. based on Actual KM utilized by Crew / Engineers /Staff / Officials/ Letter delivery): Idle run for positioning vehicles, Garage to Garage Km, Up and Down Km etc Shall NOT be paid for:



Service Providers are advised to Note the above and quote their rate per km accordingly.



Tenderers are requested to quote their rates for all the following 4 parts viz Part A, Part B , Part C & Part D. Not Quoting for any part / parts shall lead to rejection of the Tender.

The rate quoted below shall be towards providing the vehicle fully conforming to RTA/RTO regulations along with driver, supervisor etc. The rate quoted shall include all taxes and duties and costs like driver’s wages, supervisory charges, fuel, communication sets, GPS Operation and maintenance charges, vehicle maintenance, RTO tax, permit & fitness charges, Insurance, Overhead, Profit etc., but shall Exclude Service Tax which is payable extra as fixed by Govt. from time to time. However, if the rate of service tax with cess is not mentioned, then it will be presumed that the rates quoted are inclusive of Service Tax.

DATE

TENDERER’S NAME TENDERER’S SIGNATURE

TENDERER’S SEAL

29

ANNEXURE – H contd…

AIR INDIA LTD Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

For Part-A of the scope of work( for the Crew Transportation) a1) For utilization as Brand New A/c Toyota Etios /Maruti Swift Dzire or any equivalent Car with boot space not less than 375 litres Rate per actual effective Km Utilized Rs. __________________ per Km Rs. In words ________________per km For Part-B of the scope of work( for the requirement of female staff transportation) b1) For utilization as A/C Indica or any equivalent Car Rate per actual effective Km Utilized

Rs. __________________ per Km Rs. In words ________________per Km

For Part-C of the scope of work (for the requirement of sales team) c1) For utilization as A/c Indica Car Rate per hiring of 9 hours/50 kms usage = c2) Rate for Extra km beyond 50 kms = c3) Rate for Extra hour beyond 9 hrs =

Rs. ___________________________ Rs. In words___________________ Rs. ___________________________per km Rs. In words___________________per km Rs. ___________________________per hour Rs. In words___________________per hour

c4) For utilization as Non A/c Indica Car Rate per hiring of 9 hours/50 kms usage = Rs. ___________________________ Rs. In words___________________ c5) Rate for Extra km beyond 50 kms = Rs. ___________________________per km Rs. In words___________________per km c6) Rate for Extra hour beyond 9 hrs = Rs. ___________________________per hour Rs. In words___________________per hour For Part-D of the scope of work (for the requirement of Stores/MMD team) d1) For utilization as Non A/c Indica Car Rate per hiring of 9 hours/90 kms usage = Rs. ___________________________ Rs. In words___________________ d2) Rate for Extra km beyond 90 kms = Rs. ___________________________per km Rs. In words___________________per km d3) Rate for Extra hour beyond 9 hrs = Rs. ___________________________per hour Rs. In words___________________per hour OUR SERVICE TAX INCLUSIVE OF CESS IS ---------------- % on the TOTAL BILL VALUE If the Rate of Service Tax is not mentioned, it will be presumed that the of Service Tax.

rates are inclusive

30

AIR INDIA LTD

Tender No.: MMD/2015/OS/TPT/MAA/13

ANNEXURE – H contd…

Date: 26.10.2015

The rate finally agreed shall be FIRM during the tenure of the agreement period and no revision in rate shall be considered. However if the fuel price varies, needful re-imbursement/deduction shall be considered as per formula given vide clause 5.2 of Annexure B. Determination of L1: L1 shall be determined based on the indicated present volume of work inclusive of Service Tax and Cess, as given in the formula below: The lowest of a1 x 58,000 + b1 x 900 + c1 x 22 +c4 x 22 + d1 x 22+ Service Tax inclusive of cess shall be the L1.

DATE

TENDERER’S NAME TENDERER’S SIGNATURE

TENDERER’S SEAL

31

ANNEXURE - I AIR INDIA LTD SOUTHRN REGION : CHENNAI SUB: TENDER FOR AWARD OF CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR OTHER GENERAL PURPOSE USE AT CHENNAI NON-SCHEDULED HIRE OF VEHICLES ON “AS AND WHEN REQUIRED BASIS”

Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

Quote rates only (for possible use in future) Hire Slab

A/c Cars Indica etc.

A/C cars 7 seater A/c cars Etios/Dzire/Indigo/ Innova/Tavera/ Logan etc. Xylo etc..

A/C cars Skoda/HondaCity/ Toyota Corolla etc..

A/C 12 Seater Tempo traveler or equivalent vehicle

5 hrs- 50 Kms Rs…………… Rs……………

Rs……………

Rs. …………….

Rs. ……………

Inwords Inwords ……………… ………………

Inwords ………………

In words………. ………………..

In Words ……. ………………..

Rs…………… Rs……………

Rs……………

Rs……………

Rs……………

Inwords Inwords ……………… ………………

Inwords ………………

Inwords ……………… Inwords ………………

Rs…………… Rs…………… Inwords Inwords ……………… ………………

Rs…………… Inwords ………………

Rs…………… Rs…………… Inwords ……………… Inwords ………………

Extra Hour Charge Rs…………… Rs……………

Rs……………

Rs……………

Inwords Inwords ……………… ………………

Inwords ………………

Inwords ……………… Inwords ………………

Driver’s Batha if any Rs…………… Rs…………… for usage between 10 PM and 6 AM Inwords Inwords ……………… ………………

Rs……………

Rs……………

Inwords ………………

Inwords ……………… Inwords ………………

10 Hrs- 100 Kms

Extra KM charge

Rs……………

Rs……………

The above rate is inclusive of ‘Car’ Hire charges, Fuel, Oil & Maintenance, Driver’s wages, Supervisory charges, Batha, R.T.O Taxes/ Insurance which are required to be incurred to operate the cars as Tourist Transport but Exclusive of Service Tax which shall be payable extra as per applicable rate. Also refer to Clause 5.2 of Annexure – B Specific terms and conditions for fuel reimbursement / deduction. Parking and Toll charges, if any incurred, shall be reimbursed at actuals on production of proof of payment. OUR RATE OF SERVICE TAX INCLUSIVE OF CESS IS ---------------- % on the TOTAL BILL VALUE. However, if the Rate of Service Tax is not mentioned, it will be presumed that the of Service Tax.

rate is inclusive

KM & Timing opening/Closing for Non Scheduled Hire of Vehicles shall be from/to our Integrated Service Complex at Chennai Airport. DATE

TENDERER’S NAME

TENDERER’S SEAL

TENDERER’S SIGNATURE 32

Annexure – I (Contd.,) AIR INDIA LTD : SOUTHRN REGION : CHENNAI SUB: TENDER FOR AWARD OF CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR OTHER GENERAL PURPOSE USE AT CHENNAI NON-SCHEDULED HIRE OF VEHICLES ON “AS AND WHEN REQUIRED BASIS” FOR OUTSTATION TRIPS

Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

THE TENDERERS ARE REQUESTED TO QUOTE THE RATE ONLY FOR POSSIBLE OUTSTATION TRIPS (Permit charges/ toll charges/ parking charges and Service Tax shall be payable extra at actuals) Clasification Type of vehicle Rate per Minimum km Night halt charges Any other charges KM per day __________ __________ _________ Rs P Rs P Rs P Non A/c cars INDICA A/c cars

INDICA

A/c cars

A/c Maxi cab

Etios/Dzire/Indigo/ Verito etc. Skoda/Honda City / Toyota Corolla 12 seater Traveller

A/c Mini bus

25 seater

A/c Vehicle

Xylo /Sumo / Innova/ Tavera

A/c cars

The above rate is inclusive of ‘Car’ Hire charges, Fuel, Oil & Maintenance, Driver’s wages, Supervisory charges, Batha, R.T.O Taxes/ Insurance which are required to be incurred to operate the cars as Tourist Transport but Exclusive of Service Tax which shall be payable extra as per applicable rate. Also refer to Clause 5.2 of Annexure – B Specific terms and conditions for fuel reimbursement / deduction. Permit, Parking and Toll charges, if any incurred, shall be reimbursed at actuals on production of proof of payment. OUR RATE OF SERVICE TAX INCLUSIVE OF CESS IS --------------------- % On the TOTAL BILL VALUE However, if the Rate of Service Tax is not mentioned, it will be presumed that the rate is inclusive of Service Tax. KM & Timing opening/Closing for Non Scheduled Hire of vehicles shall be from/to our Integrated Service Complex at Chennai Airport.

DATE

TENDERER’S NAME TENDERER’S SIGNATURE

TENDERER’S SEAL

33

ANNEXURE – ‘J’ AIR INDIA LTD

Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

SUB: TENDER FOR AWARD OF CONTRACT FOR PROVIDING THE SERVICE OF TRANSPORTATION OF CREW / OFFICIAL AT CHENNAI.

FORMAT OF COVERING LETTER WITH WHICH DULY FILLED-IN TENDER DOCUMENTS ARE TO BE SUBMITTED BY THE TENDERER ON THE LETTER HEAD OF THE TENDERER (TO BE SUBMITTED ALONGWITH TECHNICAL BID) To Sr. AGM (MMD) Air India Ltd Integrated service complex, Meenambakkam, Chennai-27 Dear Sir, Sub :

Tender for providing Transportation for Crew / Officials at Chennai. Tender No.: MMD/2015/OS/TPT/MAA/13

Date: 26.10.2015

Due on 18.11.2015 *** We have gone through the tender documents hosted by you on the website consisting of covering letter and Terms and Conditions and are pleased to submit Technical Bid and Price Bid. We agree to accept the terms and conditions as stipulated. Thanking you, Yours faithfully, Signature Name Designation Name of Company Address: Company Seal: Phone No.: Fax No.: E-Mail : --------------------------------------------------------------------------------------------------FOR AIR INDIA USE Opened in our Presence: For Sr. AGM (MM)

for General Manager (Finance)

34

Suggest Documents