air india ltd,mmd.airindia.co.in/aimmd/tender/crew-tra-blr.pdf · the requirement of vehicle is...
TRANSCRIPT
AIR INDIA LTD,
SOUTHERN REGION: CHENNAI
MATERIALS MANAGEMENT DEPARTMENT
Sub: Revised Tender No: MMD/2016/OS/TPT/BLR/04 Date: 11.07.2016
The revised Tender No: MMD/2016/OS/TPT/BLR/04 Date: 11.07.2016 for PROVISION OF
TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL PURPOSE USE AT
BENGALURU with the following amendment is given.
1. The requirement of vehicle is revised as Brand New Diesel powered Air-conditioned MARUTI
DZIRE/ TOYOTA ETIOS/MAHINDRA VERITO CARS or any equivalent cars with boot space not
less than 375 litres and fitted with GPS.
2. The due date for submission of Tender is extended upto 14.30 hrs of 18.08.2016 and opening of
Tender (Technical Bid Only) 15.00 Hrs. on the same day.
Interested Parties are requested to submit their bid in the revised tender format.
SR.AGM(MM)
Page 1 of 27
AIR INDIA LTD,
SOUTHERN REGION: CHENNAI
MATERIALS MANAGEMENT DEPARTMENT
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND
FOR GENERAL PURPOSE USE AT BENGALURU
Tender to be submitted to Sr. Assistant General Manager (MM), AIR INDIA LTD, Integrated Service
Complex, Meenambakkam, Chennai- 600 027 on or before 14.30 hrs. of 18.08.2016.
* Opening of Tender (Technical Bid only) 15:00 Hrs on the same day.
Dear Sir/Madam,
We solicit Recognized / Registered Tourist/staff Transport Operator/Service Provider with 2 years
experience in this field and who have an Office at BENGALURU to provide Brand New diesel
powered Air-conditioned MARUTI DZIRE/ TOYOTA ETIOS/MAHINDRA VERITO CARS or any
equivalent cars with boot space not less than 375 litres and fitted with GPS and confirming to
RTA/RTO regulations for crew/officials Transportation and other vehicles for general-purpose use at
BENGALURU.
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 on the same RATES,
TERMS AND CONDITIONS, IF MUTUALLY ACCEPTED)
1. The tender is invited on Two- bid systems and it contains 27 Pages comprising of
a) Eligibility Criteria & Scope of Work Annexure A
b) Specific Terms & Conditions Annexure B
c) General Terms and conditions Annexure C
d) Technical Bid – Part – I - Profile Annexure D
e) Technical Bid – Part II Annexure E
f) Technical Bid – Part III
(Statement of Vehicle owned by the tenderer) Annexure F
g) Check list Annexure G
h) Price Bid Annexure H
i) Non Scheduled hire of vehicle Annexure I
j) Covering letter for Tender downloaded from website Annexure J
Page 2 of 27
Tender Form can also be downloaded from our web site www.airindia.in however, the Covering letter
(Annex J) to be accompanied with the Tender documents .
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 (Annex - 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 BENGALURU . –
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016 due date of opening 18.08.2016.
The Tenderer must sign all the pages of Annexures enclosed and furnish all details.
Note: 1. Tenders received without EMD will be rejected. 2. No indication of the Prices will be
made in the Technical Bid. 3. Tenderers are required to fill up check list (Annexure G) without fail
and keep it in Cover – 1.
3.2 Cover II: - Price Bid: Only Price Bid (Annexure H ) and Annexure I 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 and I) 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
BENGALURU Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016 due date of
opening 18.08.2016.
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 BENGALURU – Tender No:
MMD/2016/OS/TPT/BLR/04 Date:11.07.2016 due date of opening 18.08.2016” This
Tender should be submitted to Sr. Assistant General Manager (MM), AIR INDIA LTD,., Integrated
Service Complex, Meenambakkam, Chennai-27 on or before 14:30Hrs. of 18.08.2016.
3.4 Tenders received after due date and time 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
18.08.2016. 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.
Page 3 of 27
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.
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. 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 LTD reserves 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 during the pendency of the contract.
9. Amendments and clarifications, if any, to this tender will be hosted on the website of AIR INDIA
LIMITED at www.airindia.in and AIR INDIA LIMITED will not intimate the Tenderers individually
of the same. The Tenderers are, therefore, advised to visit AIR INDIA LIMITED’s website regularly till
the date of closing of the tender. The last amendment, if any, will be hosted a minimum of seven days
before the closing date of the tender.
10. In case if it is found at any stage, the information provided 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.
11. For any technical clarification on the above tender, please contact AGM(GS) AIR INDIA LTD,.,
Chennai-27. (Ph. No: 044-22561083).
Thanking you,
For AIR INDIA LTD,.,
Sr.AGM (MMD)
Page 4 of 27
ANNEXURE ‘A’
AIR INDIA LTD
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS
AND FOR GENERAL PURPOSE USE AT BENGALURU
ELIGIBILITY CRITERIA
AIR INDIA LIMITED, Chennai proposes outsourcing of “Crew/Official” Transportation at Bengaluru 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 BENGALURU. Service provider having their Head Office outside
BENGALURU and having branch office at BENGALURU may also respond to this tender. The tenderers should
furnish supporting documents with regard to proof of “BENGALURU Office” address.
2. Service providers should possess a minimum of TWO years Experience in Tourist/Staff Transportation and
should be currently in this business. The tenderers should furnish supporting documents with regard to proof of 2
years experience.
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.
SCOPE OF WORK
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 under their Supervision.
The work consists of two parts namely Part A and Part B
Part – A ( Crew / Officials Transportation)
1. Nature of Job:
To pickup and drop Crew/ Officials of AIR INDIA / AASL / AI EXPRESS from Residence / Hotel to
Airport at Devanahalli and vice-versa, letter delivery to Crew Members and transportation of officials
as authorized by AIR INDIA / AASL / AI EXPRESS 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.
Page 5 of 27
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 (for Part-‘A’)
S.No Type of
transportation Type of vehicle
Indicative
Total actual
effective
running in
kms per
month
Indicative
no. of
vehicles
that may
be
required
Indicative
timings of
operations
1.
Cockpit Crew/
Cabin crew and
officials of AI /
AASL & AI
Express.
Brand New Diesel powered Air-
conditioned Maruti Dzire/Toyota
Etios /Mahindra Verito or any
equivalent cars with Boot Space not
less than 375 litres and fitted with
GPS.
1,00,000kms 25
24 X 7 basis
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,
NOTAM issued by AAI / Airport Operator etc. There may be additional requirement of cars for short
duration to meet the ‘Peak requirement / Peak Clash of Flight’. 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 /
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 transportation needs of Sales Team)
A/c car like Indica or any equivalent car for sales department use.
Should be in mechanically sound and presentable condition and not more than 3 years old during the
tenure of the contract.
The current indicative requirement is one car for usage between 1000 to 1800 Hrs from Monday to
Friday. Occasionally the same may be required for use on Saturdays, Sundays and Holidays also.
The usage shall be on 8 hours/ 60 kms slab for approximately 22 occasions per month.
In case of 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 for usage beyond 8 hrs
and 60 kms respectively.
The above is only an indicative volume of work, which may vary i.e. the requirement of no.of cars
may increase / decrease from month to month depending on the work, company policy etc. However,
payment for the additional cars shall also be made at the same rate as agreed.
Payment shall be made for the actual utilization.
Kilometers / Timing opening and closing shall be from our Bengaluru City Booking Office.
Page 6 of 27
ANNEXURE ‘ B’
AIR INDIA LTD
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS
AND FOR GENERAL PURPOSE USE AT BENGALURU
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/AASL/AI EXPRESS to meet the
requirement of Pick-up/Drop of Crew/Officials of AIR INDIA/AASL/AI EXPRESS at
BENGALURU from Airport at Devanahalli to residence / Hotel 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 vehicle provided for work under Part B shall
not be more than Three years old during the tenure of the agreement period and all the vehicles
shall be in sound mechanical and presentable condition at all times.
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, 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.
1.5. The Service Provider shall provide communication means like mobile phone in each vehicle
provided to AIR INDIA. The Service Provider/supervisor shall have communication facility to
communicate with AIR INDIA like Telephones, Fax, etc.
It is also desired that such communication facility is made available for cars that are used for
AIR INDIA 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 Identity Card provided by the service provider,
which shall be displayed by them while on duty.
Page 7 of 27
1.9. The Service Provider shall ensure that no driver either under the influence of alcohol or under
stress be deployed for AIR INDIA’s service. AIR INDIA reserves the right to subject the drivers
for alcohol consumption test at random by AIR INDIA Medical Officer.
1.10. Since AIR INDIA is a “Protected Industry”, all staff deployed by the service provider for AIR
INDIA 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’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. If necessary, AIR INDIA’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 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’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.
2.3 The Vehicles that shall be provided to AIR INDIA 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 BENGALURU 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.
3.4 The drivers should refrain from talking on their Mobile Phones while driving.
3.5 Drivers while on duty shall display their identity cards provided by the service provider.
Page 8 of 27
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 rivers 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 / Official / 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 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, BIAL etc such as speed limit etc must be
complied with.
4.3 AIR INDIA 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.
4.4 AIR INDIA will not be liable for any incident/accident or non-compliance of any rules/
regulations issued by government, RTO or other regulatory bodies.
4.5 The Drivers shall at all times will ensure safety and security of crew/officials and their luggage.
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 confirming 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, Comprehensive 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.
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 BENGALURU as on 01.07.2016 as given below shall be
the Base Index for Fuel price, based on which the Tenderer shall quote: - Say Rs. ’A’ / Litre
Diesel = Rs.58.43 per Litre
Petrol = Rs.69.37 per Litre
b. The Mileage ‘ M’ of the vehicles shall be taken as:
1. 13 kms / Litre for A/c Maruti Dzire/Toyota Etios/Mahindra Verito or any equivalent
Cars.
Page 9 of 27
2. 14 kms/ Litre for A/c Indica Cars.
3. 9 kms/ Litre for A/c 7 seater vehicle.
4. 15 kms / Litre for All Non A/c Cars.
5. 13 kms / Litre for All A/c Petrol driven Cars.
6. 8 kms/ Litre for A/c Tempo Traveler
7. 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, than 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) * (T/M)
Note: If there is decrease in Fuel Price, deduction shall be done from the bill in the
above lines:
g. 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.
5.3 In case government impose any additional levies or taxes on this service during the pendancy of
the service agreement, same will be reimbursed only on production of proof of such payments.
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 In - charge (Flight Operations), AIR INDIA, BENGALURU, for scrutiny,
certification and onward despatch to Finance Section, AIR INDIA, BENGALURU for payment
action.
6.2 All supporting document like trip sheet duly signed by Crew/Officials, 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 of Part ‘A’ ,payment shall be effected for Actual effective run Kms only (i.e based
on Actual KM utilized by Crew/ Officials /Letter delivery): Idle run for positioning vehicles,
Garage to Garage 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.
Page 10 of 27
7.1 Quantum of penalty will be decided in individual cases and decision of the Station Manager, AIR
INDIA, BENGALURU 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, AIR INDIA 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 8hrs shift
B: Consequential hire of taxi in case of non-pickup/drop of crew member
and self engagement by crew for pickup / drop, apart from non payment of trip charges, the
charges for own conveyance claimed by the crew members 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 Rs.100 per occasion.
In vehicles used for our service.
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 Station
Manager, AIR INDIA, BENGALURU 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 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 shall be made from the monthly bill/security deposit.
8 Indemnity:
8.1 The service provider shall indemnify AIR INDIA 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 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.
Page 11 of 27
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 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 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 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.
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.
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 Crew/ Officials will vary according
to flight schedule, delays, dislocations from time to time, extraneous factors like weather,
NOTAM issued by AAI/Airport Operator 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 and
/or the property of the Crew/Officials 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, BCAS, AAI/BIAL 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.
Page 12 of 27
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 for a pickup / drop or for general purpose use shall be for exclusive
use of AIR INDIA only and no unauthorized 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 / Officials / 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 pick up/
drop/combination instructions on shift to shift basis and must be available on 24 Hrs basis in our
premises.
10.14 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.
10.15 The Service provider shall at their own cost obtain necessary valid entry permits for his staff to
enter into AIR INDIA /BIAL premises. Also , they shall, at their OWN COST arrange for
parking of their vehicles in Airport premises. The rate quoted by them shall be inclusive of
above.
10.16 The drivers and vehicles deployed for AIR INDIA 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, AAI, BIAL 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 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 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’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 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 will have no liability whatsoever arising out of the above
regulations.
SR.AGM (MMD)
Page 13 of 27
ANNEXURE ‘C’
AIR INDIA LTD,
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS
AND FOR GENERAL PURPOSE USE AT BENGALURU
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 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. 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 LIMITED” 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.
3.4 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 service as per scope of work, terms and conditions, upon acceptance
of letter of intent/ order with in the stipulated time as mutually agreed, besides forfeiture of EMD and
Security Deposit, the order shall be cancelled and the service provider 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.
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.
Page 14 of 27
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 Tenderer will be required to deposit 5 % of annual agreement value after adjusting the
amount of Earnest Money, as Security Deposit with AIR INDIA 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.
7. Recovery of Sum Due:
7.1 Whenever under this contract any sum of money is recoverable from the service provider AIR
INDIA 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. Should this amount be insufficient to cover the said full amount
recoverable, the Service Provider shall pay to AIR INDIA on demand the balance amount, if
any, due to AIR INDIA within 30 days of the demand by AIR INDIA.
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.
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.
Page 15 of 27
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 BENGALURU 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 (MMD)
Page 16 of 27
ANNEXURE ‘D’
AIR INDIA LTD,
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS
AND FOR GENERAL PURPOSE USE AT BENGALURU
PART - I - TECHNICAL BID ( PROFILE OF THE TENDERER )
To be filled by the Tenderer
1a.
1b.
Name and Postal Address of the Tenderer: Phone:
____________________________________ Mobile:
____________________________________ Fax:
____________________________________ E-Mail:
Postal Address of Bengaluru (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 in : _________________________
Years(Attach documentary proof)
3. Income Tax Permanent account Number (PAN) :
4. Service Tax Registration Number :
5
Is your concern Recognized/Registered
Tick as applicable
a. Recognized 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)
6.
Annual Turn Over for the last Three years
20 - 20 Rs. ---------------
20 _ 20 Rs. ____________
20 _ - 20_ Rs. ____________
DATE TENDERER’S TENDERER’S
SIGNATURE SEAL
Page 17 of 27
Annexure - “ D ” ( contd..)
AIR INDIA LTD,
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS
AND FOR GENERAL PURPOSE USE AT BENGALURU
PART - I - TECHNICAL BID ( PROFILE OF THE TENDERER ) (Contd..)
7.
Income Tax return filing details during the last
3 years :
Tick as applicable
-- All 3 years filed
-- Only 2 years filed
-- Only 1 year filed
-- Not filed
8
Registration/Allotment Number of
8 a. ESI :
8b. PF :
8 c.
Any other social security scheme for workers :
(Like Group insurance, Personnel Accidents Insurance, Pension etc for Drivers)
9
Name a few Govt./PSU/ ___________________________
Reputed companies for which Service ___________________________
Provided in the Last 3 Years. ___________________________
Use additional ___________________________
sheet if required. ____________________________
____________________________
____________________________
____________________________
10.
Number of Tourist Transport vehicles Owned by
the company out of total fleet of operation of the
company. _______________ vehicles.
11.
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 )
DATE TENDERER’S TENDERER’S
SIGNATURE SEAL
Page 18 of 27
AIR INDIA LTD, ANNEXURE ‘E’
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL
PURPOSE USE AT BENGALURU
TECHNICAL BID: PART ‘ II’
Kindly Tick or fill up the form at the appropriate Place
Sl.
No. Attribute Particulars of the Tenderer
For the use of AIR INDIA only
Points Allotted Points
Obtained
1 Do you have your Office in
Bengaluru.
If “NO”
Reject the Tender
2
Do you have TWO Years
Experience as Tourist /Staff
Transport operator and currently
in this Business
If “ NO”
Reject the Tender
3
Income Tax Permanent Account
Number (PAN). It should be
allotted to the tenderer.)
PAN No ……………………
If “ NO”
Reject the Tender
4
Service Tax Registration
Number. It should be allotted to
the tenderer.))
Regn. No. ……………………
If “ NO”
Reject the Tender
5 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
c. Registered as Firm.
d. None of the above(Sole
Proprietorship and others)
If (a) = 5
If (b) = 4
If (c) = 3
If (d ) = 1
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 5 and not 9.
DATE TENDERER’S TENDERER’S
SIGNATURE SEAL
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
YES NO
YES NO
YES NO
NO
YES
YES
NO
NO
YES
YES NO
YES
NO
Page 19 of 27
AIR INDIA LTD, ANNEXTURE ‘E’ Contd….
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR
GENERAL PURPOSE USE AT BENGALURU
Sl. No. Attribute Particulars of the
Tenderer
For the use of AIR INDIA only
Points Allotted Points
Obtained
6
Annual turnover of the Company
During the last Three years.
For the year
20 - 20_ ….Rs.……..
20 - 20_ ….Rs.……..
20 - 20_ …Rs. -----
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
7 Whether Income Tax return filed
for the past 3 years.
All 3years -------
--------
Only2years------
-----------
Only 1year
---------------
Not filed
………….
………….
………….
………….
All 3 years : 15
Only 2 years : 10
Only 1 year : 5
Not filed : 0
8 a.
ESI Code allotted to your
Company. It should be allotted to
the tenderer.
Code No.……………………..
Yes: 5
No: 0
8. b.
PF Code allotted to your
company. It should be allotted to
the tenderer.
Code No. ……………………
Yes: 5
No: 0
8.c.
Registration with any Social
Security Scheme/Insurance etc for
Workers/
(Give Details)
Yes: 5
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 TENDERER’S
SIGNATURE SEAL
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
YES
YES
NO
NO
NO YES
Page 20 of 27
AIR INDIA LTD, ANNEXURE ‘E’ Contd….
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR
GENERAL PURPOSE USE AT BENGALURU
S.NO Attribute Particulars
For the use of AIR INDIA only
Points Allotted Points
Obtained
9.
Number of Companies for whom the
service of providing Tourist Transport
vehicles are rendered on Annual
contract/ standing order basis during
last three years
……………..
Companies.
More than five companies = 10
4 to 5 Companies = 8
2 to 3 Companies = 5
Less than
two Companies = 0
10
Number of Tourist Transport vehicles
(all types put together) OWNED BY
THE COMPANY out of total fleet of
operation of the company.
(Detailed statement as per enclosed
format for own vehicles only is to be
attached duly Attested by a Chartered
Accountant).
Do not attach RC and
Insurance copies of the vehicles.
Do not include Business Assosiate’s vehicles details.
……………………
( In words : …………….)
26 and above
26 and above = 20
20 to 25 20 to 25 = 15
15 to 19 15 to19 = 10
10 to 14 10 to 14 = 5
5 to 9
Less than 5
5 to 9 = 3
Less than 5 = 0
Less than 5 Less than 5 = 0
11
Annual value of the single largest
contract in the field of providing Tourist
Transport vehicles in the past 3 years.
( Name the company to whom service
provided)
Rs. ……………..
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 TENDERER’S
SIGNATURE SEAL
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
21
ANNEXURE - F
AIR INDIA LTD,
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR GENERAL
PURPOSE USE AT BENGALURU
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:
SL.
NO.
Registration
Number
Model
(Year)
Date of
Registration
Owner’s
Name
VehicleType
(Indica/Maruti Dzire /
Etios/Indigo /
Logan/Verito /Accent/
Skoda / Honda /
Toyota etc. Pls
specify)
Validity
Permit Fitness Road Tax Insurance
`
Note:1) Use additional sheets if required in the same format. 2) 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 TENDERER’S
SIGNATURE SEAL
22
Annexure – G
AIR INDIA LTD,
SOUTHERN REGION: CHENNAI
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVISION OF TRANSPORTATION FOR CREW / OFFICIALS AND FOR
GENERAL PURPOSE USE AT BENGALURU.
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
(Annexure A, B and 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)
4. Have you enclosed EMD
5. Have you enclosed all the above Annexures viz
Annexure A, B, C, D, E, F,G , J and EMD in Cover 1
6. Have you filled and signed in Price Bid (Annexure H and I)
7. Have you enclosed Price Bid (Annexure H and I) in Cover 2
8. Have you put both Covers 1 and 2 in a Master envelope viz Cover 3
DATE TENDERER’S NAME TENDERER’S SEAL
TENDERER’S SIGNATURE
NO
NO
YES
NO
NO
YES
YES
NO
NO
NO
NO
YES
YES
NO
NO
YES
NO
NO
YES
NO
NO
YES
NO
NO
23
Annexure – H
AIR INDIA LIMITED
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
SUB: CONTRACT FOR PROVIDING OF TRANSPORTATION OF CREW / OFFICIAL
AND FOR GENERAL PURPOSE USE AT BENGALURU.
PRICE BID
TENDERER’S NAME:
To
Sr.AGM (MMD)
AIR INDIA
CHENNAI
Sir,
With reference to the above Tender we offer our best price as below:
Tenderers are requested to refer Scope of work (Both part A and part B) and clause 3, 3.1, and
3.2 of Annexure A under “scope of work” and clause 5 of Annexure B (specific terms and
conditions) before quoting the rates.
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.
For work of Part ‘A’ , payment shall be effected for Actual effective run Kms only (i.e. based on
Actual KM utilized by Crew / Officials/ Letter delivery): Idle run for positioning vehicles, Garage
to Garage Km etc Shall NOT be paid for. However, fuel reimbursement/deduction shall be made as
per clause 5 of Annexure – B.
Service Providers are advised to Note the above and quote their rate per km accordingly.
The rate should be written in figures as well as words. In case there is mismatch in rates quoted in
figures and words, the amount in words shall prevail.
Tenderers are requested to quote their rates for the following 2 parts, part A and part B. Not
Quoting for any one part / parts shall lead to rejection of the tender.
DATE TENDERER’S TENDERER’S
SIGNATURE SEAL
24
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, maintenance, RTO tax, permit charges,
Comprehensive 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 is not mentioned, it will be presumed that the rate is inclusive of
Service Tax.
Part A – Crew/Officials Transportation
A) For utilization as Brand New A/c Maruti Dzire /Toyota Etios/Mahindra Verito or any equivalent
Cars with boot space not less than 375 litres and fitted with GPS
Rate per actual effective Km Utilized = Rs. ________________________ per Km
Rs. In words ________________per km
Part B – For the Sales Team Requirement
B) For utilization as A/c Indica Cars
Rate per hiring of 8 hours/60 kms usage = Rs. ___________________________
Rs. In words___________________
b1) Rate per Extra km beyond 60 kms = Rs. ___________________________per km
Rs. In words___________________per km
b2) Rate per Extra hour beyond 8 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 rate is inclusive of Service Tax
and cess.
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 as given in the formula below:
The lowest of A x 1,00,000 + B x 22 + Service Tax inclusive of cess shall be the L1.
DATE TENDERER’S TENDERER’S
SIGNATURE SEAL
25
ANNEXURE - I
AIR INDIA LIMITED
SUB: CONTRACT FOR PROVIDING OF TRANSPORTATION OF CREW / OFFICIAL AND FOR
GENERAL PURPOSE USE AT BENGALURU.
NON-SCHEDULED HIRE OF VEHICLES ON “AS AND WHEN REQUIRED BASIS”
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
Quote rates only (for possible use in future)
Hire Slab A/c Cars
Indica etc.
A/C cars
Etios/Dzire/Indigo/
Logan etc.
7 seater A/c cars
Innova/Tavera/
Xylo etc..
A/C cars
Skoda/HondaCity/ Toyota
Corolla Altis etc..
A/C 12 Seater Tempo
traveler or equivalent
vehicle
5 hrs- 50 Kms
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs. …………….
In words……….
………………..
Rs. ……………
In Words …….
………………..
10 Hrs- 100 Kms
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords ………………
Rs……………
Inwords
………………
Extra KM
charge
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords ………………
Rs……………
Inwords
………………
Extra Hour Charge
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords ………………
Rs……………
Inwords
………………
Driver’s Batha if any
for usage between 10
PM and 6 AM
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords
………………
Rs……………
Inwords ………………
Rs……………
Inwords
………………
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 rate is inclusive of Service
Tax.
KM/Timings opening/Closing for Non Scheduled Hire of cars shall be from Service Provider’s
Garage.
DATE TENDERER’S TENDERER’S
SIGNATURE SEAL
26
Annexure – I (Contd.,)
AIR INDIA LIMITED
SUB: CONTRACT FOR PROVIDING OF TRANSPORTATION OF CREW / OFFICIAL AND
FOR GENERAL PURPOSE USE AT BENGALURU.
NON-SCHEDULED HIRE OF VEHICLES ON “AS AND WHEN REQUIRED BASIS”
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
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)
Classification Type of vehicle Rate per
KM
_________
Rs P
Minimum km
per day
Night halt charges
__________
Rs P
Any other charges
__________
Rs P
Non A/c cars Amb/INDICA/
A/c cars Amb/INDICA
A/c cars INDIGO/
Logan / Dzire etc.
A/c cars Skoda/ Toyota Corolla
Altis
A/c Vehicle 12 Seater Tempo
Traveller
A/c Mini bus 25 Seater Mini Bus
A/c Vehicle
Sumo / Innova/
Tavera/xylo
Any other
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/Timings opening/Closing for Non Scheduled Hire of cars shall be from Service Provider’s Garage.
DATE TENDERER’S TENDERER’S
SIGNATURE SEAL
27
ANNEXURE – ‘J
AIR INDIA LIMITED
SUB: CONTRACT FOR PROVIDING OF TRANSPORTATION OF CREW / OFFICIAL AND FOR
GENERAL PURPOSE USE AT BENGALURU.
Tender No: MMD/2016/OS/TPT/BLR/04 Date:11.07.2016
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 Bengaluru.
Tender No.: dt.
Due on
* * *
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 (MMD) For General Manager (Finance)