Tender Cockpit for Mumbai_Ver.1 F

Transcription

Tender Cockpit for Mumbai_Ver.1 F
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Dear Sir / Madam(s),
Sub: Cockpit Crew Transportation Services for Air India Limited/Subsidiaries in
Mumbai.
Air India Limited (herein after referred as AIL or the Principal), invites sealed bids (Under Two Bid
System) from eligible bidders (here in after referred as Service provider) meeting the Technical Bid
Evaluation Criteria (refer Annexure -I of tender document) specified in this tender document, for
Crew Transportation Services on comprehensive basis in complete accordance with this tender.
I. Name Of Work : Crew Transportation Services
II. Earnest Money Deposit (EMD) : Rs.2,00,000/- ( Rupees Two lacs only)
III. Contract Period: Three years from the date of commencement after award of contract
(extendable for a further period of one year) as detailed in the tender document
IV. Date & Time Of Pre-Bid Meeting: 23rd Aug. 2016 at 10:00 hrs. (IST)
V. Due Date & Time For Bid Submission : Up to 7th Sept. 2016, 10:30 hrs (IST)
VI. Technical Bid Opening Date & Time: 7th Sept. 2016 at 11:15 hrs. (IST)
VII.
Venue : MMD, New Engineering Complex, Sahar, Bamanwada, Vile Parle (East),
Mumbai - 400 099
VIII.
Security Deposit : 5% of annual contract value of the successful bidder
IX. Validity Of Bids up to : 120 days after “Technical Bids opened date”.
Date and time for price bid opening of technically qualified bidders shall be intimated later. If any of
the days specified above happens to be a holiday in AIL, the next working day shall be implied.
The Service Provider can download the Tender form from our website www.airindia.in
One set of Tender documents containing following Annexures in respect of the above services is
enclosed:
Annexure –I:
Annexure-II:
Annexure-III:
Annexure-IV:
Annexure-V:
Annexure-VI:
Annexure-VII:
Annexure-VIII:
Annexure-IX:
Annexure-X
Technical & Price Bid Evaluation Criteria - page 2
Governing terms for the Bid process - page 3 to 10
Generic Terms to govern the contract - page 11 to 17
Functional terms for Crew Transportation - page 18 to 22
Workscope for Crew Transportation - page 23 to 29
Technical Bid format & Check List - page 30 to 33
Price Bid Format - page 34-35
Bank guarantee format - page 36Integrity Pact attached
Voucher -37-39
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 1 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Annexure-I
Technical Bid Evaluation Criteria (TBEC)
For Bidders to become technically qualified, it is necessary and essential to meet out the following
criteria, failing any of which shall disqualify the bidder. Necessary documentary proofs in respect
of each of the following need to be enclosed along with technical bid.
1. The service provider shall be a limited Company registered under Indian Companies Act,
1956 / 2013 or a partnership firm or a sole proprietorship firm or a private limited company
duly registered under the concerned acts applicable for conducting business in India.
2. The Service provider must be in the business of providing cars on hire for corporates or
Airline Crew Transportation services for the past two years minimum (from April 2014
onwards) and capable of providing the said services mentioned in Annexures V.
3. The Service provider should have provided such Transportation services on hire for Public
Sectors or corporate or airline crew movement to minimum 2 clients out of whom one client
shall be with 50 vehicles in the past three financial years i.e., from April 2013 onwards.
Details of the organization with documentary proof need to be enclosed as per Annexure VI.
4. Party must have a minimum Annual turnover of Rs.Four crores in each of the last two
financial years, , i.e., 2013-2014, 2014-2015 and 2015-2016 (A copy of audited balance
sheets and P&L A / c, duly signed & stamped / sealed by the Proprietor / Director / authorized
signatory shall be enclosed or auditors certificate to that effect as a proof of above). Service
provider needs to establish that at least one such car hire contract, individually worth more
than Rs.2 crores per annum in the last two years. Service Provider is required to enclose
documentary proof of the above figures by enclosing a certificate from their auditor.
5. The Service provider shall have a full-fledged Office setup (duly registered with local
authorities) in Mumbai to provide the said services for past three years. Bidder shall specify
the contact address of their Mumbai Office, phone, mobile and email id of the Contact person.
6. Other criteria
6.1 Tenderer shall be duly registered with the concerned ESI & PF authorities at the time of
application of tender and also submit no due certificate from the concerned authorities.
6.2 Tenderer must hold a valid current labour license for existing contracts. (Only one copy of the
valid license shall be enclosed as a proof of above).
6.3 The tenderer must have minimum 55(Fifty Five) commercially registered cars / MUV’s in
the Company / Owner’s / Partner’s name. Photocopy of valid RC Books, insurance and permit of
all these vehicles must be enclosed. Additional for another 20 cars under any arrangement such
as any drivers with their own cars plying under his company permanently for more than two year
with him / aggregator arrangement under his company name with proof.
7. The vehicle must meet the following requirements.
7.1 Air Conditioning is working
7.2 Interior should be clean and hygienic.
7.3 Seat should be in good condition and well upholstered.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 2 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
7.4. Tyres should be in good condition.
7.5 Cars exteriors and Interiors should be in good condition.
7.6 GPS is in working condition.
8 Tenderers who have given notice or terminated the contract with either AIL or its subsidiaries
or any other Govt./Public Sector company on or after 1st April 2013 will not be eligible to
participate in this tender.
Price Bid Evaluation criteria (PBEC) shall be the overall L1. For methodology, please refer price
bid Annexure VII.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 3 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Annexure-II
Governing terms for the Bid process
1. ‘AIL’ as used in the Tender document means ‘Air India Limited’ and its subsidiary companies.
2. The service provider having franchisee / sister concern arrangement can offer only one quote
on behalf of all concerns under that arrangement.
3. The “Tenderer”, “Bidder”, “Service Provider” and / or “Party”, as used in the Tender
document, shall mean the one who has signed the Tender Form and submitted the quotation in
response to this Tender.
4. The Tender shall mean the present tender issued by AIL for Tender No. BSP / 04 / CTPT / XX
dated AA / BB / 2016 Crew Transportation Services on comprehensive basis at Mumbai
operated / assigned by AIL or its subsidiaries / sister concerns as mentioned herein.
5. It is further clarified that any individual signing the TENDER or other documents in
connection with the Tender must certify whether they sign it as:
a. A "Sole Proprietor" of the firm or constituted attorney of such sole proprietor.
b. A partner of the firm - if it is a partnership must have authority to refer to arbitration,
disputes concerning the business of the partnership either by virtue of the partnership
agreement or a power of attorney. In the alternative, the Tender should be signed by all
the Partners.
c. Constituted attorney of the firm, if it is a Company.
d. Authorized signatory of the firm.
6. The near relatives of employees of AIL office are prohibited from participation in this Tender.
Near relatives are defined as:
a. Members of Hindu undivided family.
b. Their husband or wife
c. Relatives in the manner as father, mother, son(s), son’s wife, daughter(s),
d. Daughter’s husband, brothers, brother’s wife, sister and sister’s husband.
7. Any company blacklisted by AIL or its subsidiaries are prohibited in participating in this
tender.
8. The intending Tenderer if required, shall visit the site at their own cost and make themselves
thoroughly acquainted with all the information necessary including contingencies, risks and
other information’s to enable them to prepare a proper offer against this tender.
9. The bid should be prepared by the “Sole Bidder” and should be sent to AIL directly. AIL
reserves the right to reject offers made by intermediaries / representatives.
10. All bids received against this tender, from bidders who submit their bid based on tender
document downloaded from web site or by e-mail from [email protected] shall be
evaluated as per the TBEC-Technical and provisions of tender document.
11. Issue / submission of Tender form do not necessarily mean that the Tenderer is an eligible
Party.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 4 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
12. ZERO DEVIATION
Bidder is advised to quote strictly as per terms and conditions of tender document and
not to stipulate any deviation / exceptions. This is a zero deviation tender.
13. Bidder is advised to note that taking deviation to following terms and conditions of
tender documents / non submissions shall lead to rejection of their bids:
a. Firm Price throughout the contract period and the extension period
b. EMD
c. Scope of Work
d. Special Conditions of Contract
e. Functional terms and conditions
f. Service Delivery / Completion Schedule
g. Period of Validity of Bid
h. Performance Bank Guarantee / Security Deposit
i. Arbitration / Resolution of Dispute
j. Service Level Agreement
k. Force Majeure
l. Statutory Compliance to Applicable Laws
m. Registration of PF & ESIC in the name of Firm
n. Integrity Pact (see Annexure-XI)
o.
A
ll the pages of the tender document must be mandatorily signed and stamped by the
authorised signatory and along with the supporting documents as asked in the technical
bid.
p. All documents in support of the tender must be submitted in accordance with the
checklist as per annexure.
q. Any other condition specifically mentioned in the tender documents elsewhere that
non-compliance of the clause shall lead to rejection of the bid.
14. Modification of Bids
a. The bidder shall modify or withdraw their bid after the bid submission but prior to the due
date for submission / opening of bid, provided that written notice of the modification /
withdrawal is received by AIL prior to the deadline for submission / opening of bids. Last
modification by the bidder shall be final.
b. The modification shall also be prepared, sealed, marked and despatched in accordance
with the provisions of Clause 19, with the outer and inner envelopes additionally marked
“modification” or “withdrawal”, as appropriate. A withdrawal notice shall also be sent by
e-mail, but followed by a signed confirmation copy post marked not later than the
deadline for submission / opening of bids.
c. No bid shall be modified after the deadline for submission / opening of bids.
d. Bids of the parties who have sent withdrawal notice in writing shall be returned on the
day of opening of the bids in sealed condition with note of acknowledgement to that
effect from such bidders.
e. No bid shall be allowed to be withdrawn in the interval between the deadline for
submission / opening of bids and prior to the expiration of the period of bid validity
specified by the bidder on the Bid Form. Withdrawal of a bid during this interval shall
result in the bidder’s forfeiture of their bid EMD pursuant.
15. Earnest Money Deposit: The Tenderer shall furnish along with Technical Bid, Earnest
Money (refundable) of for Rs.2,00,000 / - ( Rupees two lacs only) in the form of crossed
Bank Demand Draft or Banker’s cheque drawn on any Nationalized / Scheduled bank in
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 5 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
favour of “Air India Limited” payable at Mumbai. Tenders received without or lesser EMD
shall be rejected.
a. Tenders without EMD shall be summarily rejected (other than parties meeting the criteria
as per clause 17)
b. EMD so deposited shall not carry any interest.
c. In case, the Successful Tenderer refuses to accept the LOI / Contract or fails to abide by
any terms of the Tender / fails to commence the work within stipulated time, EMD shall
be forfeited.
d. In case of Successful Tenderer, EMD can be adjusted against Security Deposit /
Performance Guarantee (5% of contract value) and difference, if any, shall be paid to
the other by either party.
e. In case of technically disqualified Tenderer, EMD shall be refunded without interest,
within 20 days after opening of Price bids and EMD of unsuccessful Tenderer of Price bid
shall be refunded without interest, within 45 days after finalization of the Tender and
acceptance of the LOI by the Successful Tenderer.
f. In case the party withdraws their offer tender at any stage of the tender process also, EMD
shall be forfeited.
16. The firms registered with SSI / NSIC (under its Single Point Registration Scheme) shall be
exempted from the payment of earnest money deposit provided they are registered for the
service they intend to quote against AIL tender, provided attested copy of Certificate of
Registration with SSI / NSIC is submitted. The Government departments / PSUs shall also be
exempted from the payment of earnest money.
17. Bidder(s) are advised to quote strictly as per the terms and conditions of the tender documents
and not to stipulate any deviations / exceptions / inclusions. Once quoted, the Bidder shall not
make any subsequent price change after due date and time of submission of bid. Price
changes through any other mode shall render the offer liable for rejection and if indicated
with the word negotiable shall also be as well summarily rejected.
18. Mode and method for Submission of Bids:
The offer should be submitted in two bid format. a. Technical bid and b. Price bid as follows:
a. Envelope 1 - The technical bid covering all details as mentioned in the formats with
Earnest money deposit (EMD) and all enclosures demanded (refer check list, AnnexureVI) to accompany the technical bid elsewhere in the tender need to be necessarily
submitted in a separate sealed envelope super scribing the Enquiry Ref:
BSP/2016/Cockpit/01 Date: 8th Aug. 2016 Technical bid in bold letters with Service
provider’s name.
b. Envelope 2 - The price bid needs to be submitted in a separate sealed envelope super
th
scribing the Enquiry Ref: BSP/2016/Cockpit/01 Date: 8 Aug. 2016 Price bid in
bold letters with Service provider’s name.
c. Envelope 3 - Both these envelopes need to be put in a sealed master envelope super
scribing the enquiry reference Enquiry Ref: BSP/2016/Cockpit/01 Date: 8th Aug.
2016 in bold letters with Service provider’s name and addressed to Dy. General
Manager-MMD, Air India Limited, New Engineering Complex, Sahar, Vile Parle (East),
Mumbai 400 099.
d. The sealed bid master envelope shall be submitted at the above address in person or by
post / courier so as to reach up to 7th Sept.2016, 10:30 hrs (IST).
e. Tender documents sent through Post or Courier shall be at the risk of the Tenderer and
AIL shall not be responsible for any loss or non-receipt of the Tender documents.
f. Tender bids received after due date / time shall not be entertained / considered.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 6 of 42
Enquiry Ref: BSP/2016/Cockpit/01
g.
h.
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
In case of modified bids, the Covers shall carry the superscription of Word “Modified” in
addition. In such a case, the bidder need not submit EMD again.
In case of withdrawal of the bid, the cover containing the Bidder’s withdrawal letter shall
carry the superscription of the word “Withdrawal” in addition.
19. If Tender Closing / Opening date is declared a Holiday by Mumbai Office of AIL, the last
date of Submission / Opening of the Bids shall automatically stand extended to 1430 Hours of
the next working day.
20. Subsequent to bid submission, AIL shall not seek confirmations / clarifications /
documents and any bid(s) not in line with tender conditions shall be liable for rejection.
Bidders are requested to go through all the clauses of this tender carefully and then submit the
documents / confirmations strictly as per the check list enclosed in the tender document.
21. AIL reserves the right to accept or reject any or all offers without assigning any reason,
whatsoever.
22. AIL reserves the right to allow purchase preference to SSI / NSIC registered firms or Public
Sector Undertakings as admissible under the prevailing policy of Govt. of India.
23. The following requirements shall be strictly complied with by the Tenderer:
a. Tenderer shall initial all the corrections if any.
b. Tenderer shall number, sign and stamp all pages of this tender document and all the
enclosures accompanying the tender document prior to the submission of the tender.
c. The tender shall be accompanied by a certified true copy of the power of attorney.
d. These tender documents with Annexures / enclosures are to be submitted along with
technical bid excluding Annexure VII (Price Bid).
24. Rejection of Bids (Technical and Price):
The response to the Technical Bid and Price Bid shall be rejected forthwith without evaluation
of the Tender process on the following grounds:
a. If the Bid (Technical and / or Price) has been received after due date and time of the
Tender.
b. If only the Technical Bid has been received and the Price Bid has not been received,
and vice versa.
c. If the Bid (Technical and / or Price) has been received by fax or email.
d. If the Bid (Technical and / or Price) has been received unsigned.
e. If the Bid (Technical and / or Price) has been received in an open condition.
f. If the Technical Bid has been received without EMD & or the EMD is lesser than the
amount specified or the EMD fee has been submitted in a mode other than as specified at
clause 16 above in this document of the Tender.
g. Any reasons for rejection of bid as cited against any clause anywhere else in this
tender document.
25. Queries from the Tenderer during bid evaluation
a. In case if any clarification is required with regards to Tender, the same may be
obtained from the following official of Air India Limited before the Technical bid opening
For queries: Ashok Desai, Assistant General Manager (MMD), email id:
[email protected] please note to include Crew Transportation in the subject
line.
b. During the process of the evaluation of bids, no queries shall be entertained from the
Tenderer with regard to the status of the evaluation. If required, the Tender committee
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 7 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
members of AIL shall visit the premises of the Tenderer to verify all the supporting
documents provided.
26. Technically Disqualified Bids
a. Price bids of the technically disqualified Tenderers shall be returned to them after
finalization of the Contract by AIL under intimation and against acknowledgement from
the Tenderer.
b. In case a Technically disqualified Tenderer fails to collect the Price Bid within the
stipulated 30 days’ time, the bid shall be shredded in "as is where is" condition after
expiry of 30 days’ time.
27. Due / Last date for submission of the tender
Last / due Date for submission of Tender is up to 7th Sept. 2016, 10:30 hrs (IST) at our office
address given below:
Dy. General Manager-MMD, Air India Limited, New Engineering Complex, Sahar, Vile
Parle (East), Mumbai 400 099.
28. Date of opening of the tender
Opening of Tender at the above address on 7th Sept. 2016, 11:15 hrs (IST), interested parties /
or authorised representative (only one per bidder) shall participate against carrying due
identity proof or letter signed and stamped by the authorised signatory as mentioned in clause
5 above of this document of the tender.
29. Extension of due date
The Due date / Time of submission of Tender and opening of Technical Bids shall be extended
at any time, at the sole discretion of AIL and shall be displayed in AIL website.
30. Tenderer shall give the official mailing Address, email id and Fax Numbers to which all
correspondences shall be sent by AIL while submitting their bid. Also if address is changed at
any time, the same shall be intimated to AIL immediately.
31. The Tenderer should quote the figures as well as in words the rates and amount in figures only
as per the price bid format given in Annexure VII. The language for filling Tender Documents
shall be in English. The amount for each item should be marked out and with the requisite
total.
32. When there is a difference between the rates in figures and in words in price bid, the rates
which corresponds to, the amount worked out by the Tenderer, shall be taken correct as per
the following:
a. When the amount of any item is not worked out by the Tenderer or it does not correspond
to the rate written either in figure or in word, then the rate quoted by the Tenderer in
words shall be taken as correct.
b. When the rate quoted by the Tenderer in figures and in words tallies but the amount is not
worked out correctly, rate quoted by the Tenderer shall be taken as correct and not the
amount.
c. All rates shall be quoted on the proper form (price bid format) of the Tender alone.
Special care should be taken to write the rates in figures as well as in words and the
amounts in figures only. The total amounts should be written in figures only. In case of
figures, the words Rs or the rupee symbol should be written before the figures of rupees
and words paise after the decimal figures, e.g. Rs.2.15p and in case of words, the word
Rupees shall precede and the word “Paise” shall be written closely following the amount
and it shall not be written in the next line.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 8 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
33. Any notice by one party to the other pursuant to the submissions to the bid / tender, shall be
sent in writing to the address specified for that purpose in the Tender / bid submissions,
34. Price Negotiation
As it is not the general norm for AIL to carry out price negotiations following evaluation of the
price Bids, the Tenderer are advised to submit their best quotes in response to this Tender. AIL
however, reserves the right to carry out negotiations in exceptional cases with the Tenderer
who has been evaluated by AIL as having offered the overall lowest bid in response to the
Tender.
35. Award of Contract, Acceptance, Commencement / Execution
The award of Contract shall be subject to fulfilment (in addition to eligibility criteria and the
Undertakings) of following conditions by the Tenderer: a. The contract shall be awarded to L1 (Overall lowest bidder).
b. The Successful Tenderer has to convey acceptance of LOI (Letter Of Intent) within 7
days of receipt of letter of intent.
c. The Tenderer has to commence the job on II / JJ / 2016 after acceptance of LOI.
36. Forfeiture of EMD conditions
EMD forfeiture shall be done if the bidder
a. Withdraws their offer at any stage of the tender process after due date of technical bid
submission and opening.
b. Fails to start the contract within the specified stipulated period after award of the contract or
LOI.
37. Fraudulent practices:
AIL requires that bidders / contractors observe the highest standard of ethics during the bid
and execution of contracts. In pursuance of this, AIL
a. defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” means the offering, giving or soliciting of anything of value to influence
the action of a public official in the procurement process or in contract execution; and
ii. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment of the AIL, and includes collusive
practice among bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the AIL of the benefits of free and open
competition.
b. shall reject a proposal for award if it determines that the bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question
c. Shall declare a firm ineligible and put on holiday, either indefinitely or for a stated period of
time if it at any time, determines that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing a contract.
d. EMD or Security deposit as the case be, shall be forfeited.
38. Errant Bidders
In case after price bid opening, the lowest evaluated bidder (L1) is not awarded the job for any
mistake committed by them in bidding or withdrawal of bid or varying any term in regard
thereof leading to re-tendering, AIL shall forfeit Earnest Money paid by the bidder and such
bidders shall be debarred from participation in future tenders of AIL.
39. Black listing conditions
The party shall be black listed from participating in any AIL tenders for next six years in case
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 9 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
1. Adopts fraudulent practices as cited above in clause 37 and against errant bidders as
specified in clause 38.
2. Withdraws after the award of the contract / LOI and fails to commence within the
specified stipulated period and perform the contractual obligations during the currency of
the contract.
3. The tenderers whose contract has been terminated by AIL or any other Govt./Public
Sector company during the last three years will not be eligible to participate in this tender.
4. Tenderers who have given notice or terminated the contract with either AIL or any other
Govt./Public Sector company on or after 1st April 2013 will not be eligible to participate in
this tender.
40. Price Bid Validity
The price bid offered by the party shall be valid for 120 days from the date of technical bid
opening. Any bid whose validity is less than 120 days shall be summarily rejected and such
Tenderer shall not take further part in the tender process.
For Air India Limited
Executive Director - MMD
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 10 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Annexure - III
Generic Terms to govern the contract
1. Rate and Validity:
i. Inclusions
The rates offered / finalized / agreed by the Tenderer shall be inclusive of all the costs
thereon incurred to deliver the services as per the work scope subject to exclusions
mentioned below.
ii. Exclusions
a. The Service Tax (including education cess) on applicable rates is excluded.
b. Any other tax as per Government laws as and when made effective after the due date
of the tender.
c. The escalation/de-escalation due to change in fuel cost shall be reviewed whenever
there is an increase/decrease of 5 % from the Base Fuel price. The base fuel price
will the price of Diesel in Mumbai on the last date of submission of tender. Fuel
price escalation / de-escalation compensation shall be as per the formula given:
(New Rate- Basic rate)/14 (average km per litre) of fuel used for productive km
only.
For example: The present base rate of Diesel is 59.21 per litre at Mumbai as
on 06.06.2016. Whenever the price of diesel increases or decreases by 2.96 i.
e. 5% of rate of Diesel at Mumbai the same shall be recoverable /payable. In this
case the reference point or the base fuel rate will always be Rs. 59.21.
iii. Validity& Extension:
a.
Rates finalized and agreed shall remain firm during the full Contract period and for
additional period mutually agreed to in case of extension. No request shall be
entertained for increase of rates during the validity of the Contract and extensions.
b. The Contract shall be awarded for a period of three years from the date of
commencement of the Contract. AIL however reserves the right to extend the
Contract for a further period not exceeding one year on same terms, rates and
conditions.
2. Security Deposit / Performance Guarantee
a. The successful Tenderer, on award of LOI / Contract, shall deposit, and continue to
maintain for the entire period of agreement plus three months, a sum equivalent to 5% of
the annual value of Contract as estimated by AIL, as Security Deposit / Performance
Guarantee in the form of Demand Draft / Pay Order / Bank Guarantee from a Scheduled /
Nationalized Bank.
b. The Security Deposit / Performance Guarantee have to be deposited prior to the time
of commencement of the job.
c. In case, Security Deposit / Performance Guarantee are not deposited in time, the bills
shall not be processed for payment till the security deposit is made good.
d. In case of breach of Contract or violation of any terms of the Contract the Security
Deposit / Performance Guarantee shall be forfeited / bank guarantee be invoked.
e. Such Security Deposit / Performance Guarantee shall not bear any interest, and shall
be refunded without interest only on successful completion of the awarded work and on
fulfilling of all Contractual obligations after a claim period of 3 months.
f. In case of Bank guarantee the validity shall be to full validity period plus 3 months,
the same shall be returned after successful completion of the contract and on fulfilling of
all Contractual obligations after the claim period of three months.
g. In case the EMD is converted and adjusted towards the security deposit the
differential component need to be paid by the party prior to commencement of the job.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 11 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
h. In case the EMD amount is in excess to the security deposit the differential amount
shall be reimbursed by AIL along with first bill amount or alternatively on submission of
bank guarantee as cited above.
3. Execution of Job:
a. The successful tenderer has to convey acceptance of Contract in writing within 7
working days of receipt of LOI and provide their bank details with a cancelled cheque.
b. The successful tenderer shall be required to commence the services within 30 days of
acceptance of LOI / contract. In any case the successful tenderer shall ensure that the
contract is fully implemented within 120 days of acceptance of LOI / Contract.
c.The successful tenderer must deploy at its own cost the supervisor to periodically
monitor the work allotted to the employees / staff to ensure smooth provision of services.
d. The services shall be carried out by the successful tenderer by deploying experienced
drivers with knowledge of break down minor maintenance.
e. The successful tenderer shall ensure that while on duty, its drivers/ cleaners /employees
shall not be under the influence of liquor or other intoxicants and in the event if any staff /
employee are found to be under the influence of the same, AIL shall have the right to ask
the successful tenderer to replace the said staff / employee immediately.
f. The successful tenderer shall ensure that while on duty, its drivers/ cleaners /employees
shall be in uniform provided by the successful tenderer to establish their distinct identity.
g. The successful tenderer shall ensure during the currency of the contract the
drivers shall not ferry any common public in the vehicles assigned for AIL duty even
during non-productive run.
h. Any replacement / transfer of personnel deployed shall be informed to designated
official of AIL 15 days in advance & the new incumbent shall fulfil all the conditions
listed herein.
4. During the currency of the contract the service provider shall not sub contract the job and the
contract is not transferable / assignable.
5. Undertakings : The tenderer shall provide the undertaking along with the acceptance of LOI
as detailed below:a. The tenderer shall have the registrations and licenses under all the applicable local and
central taxes / laws and to be specified separately under each applicable tax / law / Act
(i.e. Service Tax / Income Tax Act / Customs Act etc.) shall be produced forthwith for
verification / checking of AIL or to a third party authorized by AIL / agencies of Govt. of
India.
b. The tenderer shall have the requisite work as per tendered work scope to be completed to
the satisfaction of AIL.
c. The Tenderer must give an undertaking along-with the Technical Bid that within One
Month from the receipt of LOI (letter of intent), they shall obtain Form-V from Air India
Ltd and arrange license under Contract Labour (Regulation & Abolition) Act, 1970
issued by the Competent Authority. In the event of the Service Provider not be covered
by the provisions of the Contract Labour (Regulation and Abolition) Act, 1970 for any
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 12 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
reason whatsoever, the Service Provider shall obtain a letter from the concerned labour
authorities confirming the same.
6. Compliance of labour law
a. The Tenderer shall be liable for due observation and implementation of the statutory
conditions or requirements of labour laws as applicable to his employees. The Tenderer
shall duly comply with all Central and State Acts, laws including Contract Labour
(Regulation and Abolition) Act, 1970 or other statutory rules, regulations, bye-laws as
applicable or which might be applicable.
b. The Tenderer shall at all times indemnify and keep indemnified the Company against
any / all claims under the Employees’ Compensation Act; Payment of Wages Act,
Payment of Bonus Act; Employees’ Provident Funds & Miscellaneous Provisions Act;
Payment of Gratuity Act, Minimum Wages Act, Employees’ State Insurance ActThe
Maharashtra Shops and Establishment Act,1948, or any other Act(s) or statutory
amendments / modifications thereof or otherwise for or in respect of any claim for
damage or compensation payable in consequence of any accident or injury / death
sustained by any worker or other personnel of the Tenderer or in respect of any claim,
damage or compensation under Labour Laws or any other laws or rules made thereunder,
by any person whether in the employment of the Tenderer or not, who provided or
provides the said Services under this Agreement.
c. The Tenderer shall undertake to comply with the applicable provision of all welfare
legislations and more particularly with the Contract Labour (Regulation and Abolition)
Act, 1970, if applicable, for carrying out the purpose of this Agreement. The Tenderer
shall further observe and comply with all Government Laws concerning employment of
staff employed by the Tenderer and shall duly pay all sums of money to such staff as
may be required to be paid under such laws. It is expressly understood that the Tenderer
is fully responsible to ascertain and understand the applicability of various Acts, and take
necessary action to comply with the requirements of Law.
d. The Tenderer shall ensure that their firm is covered under the Employees Provident Fund
and Miscellaneous Provisions Act and Employees State Insurance Act having its
independent Code number. Thus the tenderer shall ensure that all the eligible
employees are covered under these Acts.
e. At no stage of the Contract shall the employees of the Tenderer be deemed to be
employees of Air India Ltd. The Tenderer shall be liable not only to pay wages to his
employees but overtime, any compensation, notice pay, gratuity or bonus as payable.
Further the Tenderer shall be responsible for providing facilities such as canteen,
transport and medical to his employees as it shall not be binding on AIL to provide these
facilities to the persons deployed by the Tenderer. The Tenderer shall make arrangements
to provide proper and valid identity cards to the employees.Tenderer will have overall
supervision of its employees' at all the times.
f. In case, while on duty and during the course of engagement in the work premises of the
Company under this Agreement, if any of the Tenderer’s workforce meet(s) with any
injury indisposition due to the accident or other natural calamities, the Tenderer shall
ensure that immediate and adequate medical aid viz. First-aid and subsequent treatment
facilities are provided to the person(s) concerned free of cost and without fail. In
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 13 of 42
Enquiry Ref: BSP/2016/Cockpit/01
g.
h.
i.
j.
k.
l.
m.
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
addition, the Tenderer shall also be liable for meeting with statutory liabilities under the
Employee’s State Insurance Act, 1948.
The Tenderer shall perform the work assignments to the best satisfaction of the
Company. In case of unsatisfactory performance, intimation shall be given in writing to
the Tenderer and the Company reserves the right to cancel the Contract forthwith after
due notice period. In that event the legal payments made to the workforce of the
Tenderer shall be fully recoverable from the Tenderer from his Security deposit /
outstanding bills.
The Service Provider shall maintain proper record / register as required under the
applicable acts, rules and other relevant enactments thereon. The Records / Registers
shall be produced for Verifications / Inspections as and when required by AIL. AIL
reserves the right and power to check regarding statutory payments of Wages, ESI, EPF,
Bonus,Service Tax, as considered necessary. The Tenderer shall possess a valid licence
for the jobs being carried out. The said licenses and permission issued by statutory
authorities shall be renewed from time to time and kept valid during the currency of the
contract.
The Service Provider shall be the employer of his personnel and AIL shall not be held
partially or fully responsible for any dispute that may arise between the Service Provider
& his Personnel.
It shall be sole responsibility of the Service Provider to settle disputes if any, arising out
of the engagement between the Service Provider and the personnel engaged by them.
The management of AIL shall not in any way be responsible, in the event, the personnel
approaches the competent authority, under any Labour Act or the Court, the entire
expenses in this behalf shall be borne by the Service Provider. For failure, the Service
Provider shall alone be responsible for all action initiated by the Enforcing Agencies of
the Government & others, including penalties imposed thereon and AIL shall have no
obligation towards them.
That the Tenderer hereby confirms that the said Tenderer, have registered their firm /
company with each and every authority under all applicable provisions of law, requiring
registration and Tenderer further confirms that all licenses required under each and every
applicable provisions of law had been granted to the said Tenderer and that the
provisions of Employees Provident Fund and Misc. Provisions Act, 1952, Employees
State Insurance Act, 1948, Payment of Wages Act, 1936, Employees' Compensation Act,
1923 and Minimum Wages Act, 1948, Employer Liability Act, 1938,The Maharashtra
Shops & Establishment Act, 1948 are being followed by the said Tenderer in strict
compliance thereof. The Tenderer shall ensure that all returns that are required to be
submitted under the applicable labour laws shall be submitted from time to time.
The Tenderer shall not engage any workmen below the age of 18 years. The Tenderer
shall produce age proof in respect of the workmen deployed by them.
The Tenderer shall indemnify Air India Limited at all times against any damages so
caused to the Company on account of failure on the part of the Tenderer to obtain such
licenses and permission.
7. Indemnification
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 14 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
a. The successful tenderer shall indemnify AIL against third party claims arising out of
equipment malfunctioning / mishandling or acts and deeds on the part of service provider’s
personnel deployed for the work. The successful tenderer shall also indemnify to reimburse
any loss or damage by its personnel to AIL personnel. or property. In case, any such amount is
not deposited / paid to AIL, the same shall be deducted from Security Deposit / Bills / Future
payments due to the successful tenderer.
b. In the event, AIL pays or is made responsible to pay the compensation for / towards noncompliance of statutory and labour provisions / any other reason, the successful tenderer shall
indemnify and keep indemnified AIL to the full compensation in this regard.
c. In case of injury or loss of AIL staff due to any act or deed of successful tenderer’s employee
or due to an accident, the successful tenderer shall arrange to pay AIL employee or AIL
employee’s legal heirs as per existing Govt. rules and regulations. The insurance claim
settlement shall be the sole responsibility of the successful tenderer. The legal costs shall also
be borne and paid by the successful tenderer.
d. The Tenderer shall indemnify against any clauses elsewhere as referred to in this tender
document which specifies so.
8. Claims for Damage
a. AIL shall promptly notify the Tenderer of any claims / deficiency on the part of the
Tenderer arising under / out of the Contract.
b. In case the Tenderer, having been notified by AIL, fails to take remedial action within
the stipulated time as advised, Air India Limited, may take a remedial action without any
further notice, at the Tenderer’s risk and cost. AIL shall also levy penalty / terminate the
Contract without prejudice to any other rights which AIL may have on the Tenderer under
the service Contract.
9. Compliance of Security regulations
a. Any violation of security regulations and indulging in illegal activities including but
not limited to smuggling / theft by successful tenderer’s personnel shall be at the cost /
risk of successful tenderer and shall be liable for all the legal consequences thereof.
b. The successful tenderer shall ensure a prior verification of character and antecedents
of its personnel from Mumbai Police ( Police clearance certificate) before deployment,
being AIL as “protected industry” and Airport as “protected area”. Every employee’s
photograph, copy of Police verification of character and antecedents and successful
tenderer undertaking to be furnished to AIL’s Security Department, before its deployment
for rendering the services.
c. The personnel so deployed must be in possession of photo identity cards provided by
the successful tenderer under its signatures, company’s name and seal .
d. Any lapse noticed on the part of any employee of successful tenderer involved in
theft / pilferage / malpractices, shall be inquired into by AIL Security / other officials and
suitable action including legal proceedings shall be initiated for breach of contractual
liability along with penal provisions of various laws.
e. The successful tenderer shall take responsibility for good conduct of its employees in
AIL / airport premises. AIL reserves the right to impose penalty on the successful tenderer
apart from AIL’s right to take appropriate legal action.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 15 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
f. The successful tenderer shall also be responsible for getting all necessary clearances,
if any, from Govt. Agencies / Legal Authorities from time to time, with regards the
provisions of services. As well all such clearances / licences shall be current.
g. It shall be the responsibility of the successful tenderer to ensure that no unauthorized
personnel other than those deployed by it specifically for the services, gains access to the
Airport premises where and when the services are to be provided.
h. The successful tenderer shall provide to AIL all personal details (name, father’s name,
age, permanent address & present address) along with passport size photograph, of its
employees, and proof of age and educational qualifications who shall be working under
this contract at the respective airports.
10. Payment:
All payments to the successful tenderer by AIL for the services rendered by it shall be subject
to the following compliances by it: a. The successful tender shall submit a service form duly certified by AIL officials along
with the bills.
b. Monthly Bills issued by the successful tenderer shall be submitted by 25th of the
following month to AIL authorized officials for due certification and invoice parking by
AIL’s General Manager (Operations)/DGM(IFS) or officers authorized by him and
thereafter shall be forwarded to GM (Finance) office, OAP for processing payment.
c. The payments shall be processed subject to successful tenderer attaching proof of
compliance with all contractual obligations.
d. AIL shall make payment on monthly basis by an account payee cheque / ECS within
60 days of the submission of bills for the undisputed amount.
e. TDS shall be deducted by AIL from the payment made against these bills, as per the
applicable laws.
11. Recovery of Sum Due:
a. As per the contract entered between AIL and the successful tenderer, if any sum of
money is recoverable from the successful tenderer, AIL shall be entitled to recover such
sum by appropriating in part or full from the Security Deposit already deposited by the
successful tenderer or from their outstanding bills.
b. In the event of the Security Deposit being insufficient, the balance or the total amount
recoverable, as the case may be, shall be deducted from any sum due to the successful
tenderer, under this, or any other contract between the successful tenderer and AIL. Also,
shall this amount be insufficient to cover the said full amount recoverable, the successful
tenderer shall pay to AIL the balance amount, if any, within 30 days of the demand made
by AIL.
c. If any amount due to the successful tenderer is so set off against the said Security
Deposit, the successful tenderer shall have to make good the said amount so set off to
bring the Security Deposit to the original value immediately, and in any event, not later
than 10 days of the depletion of the original value.
d. AIL reserves the right to recover from the successful tenderer’s periodical payments, for
any loss or damage caused to AIL personnel/Property of AIL by negligence or due to any
other reason of successful tenderer’s employees, whatsoever.
12. Termination of Agreement:-
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 16 of 42
Enquiry Ref: BSP/2016/Cockpit/01
a.
b.
c.
d.
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
AIL may at any time terminate the Contract with immediate effect by giving written
notice to the successful tenderer, if the successful tenderer becomes bankrupt or
otherwise insolvent, provided that such termination shall not prejudice or affect any right
of action or remedy which has accrued or shall accrue thereafter to AIL.
The Contract can be terminated with three months prior notice by both the parties at any
time during the term of the Contract without assigning any reasons and liability on either
side subject to continuity of the contract during the notice period without compromising
the service to AIL and payment as due to the service provider as governed by the terms
and conditions of the tender.
In case of failure of the successful tenderer to carry out the services to the satisfaction /
requirement / standards of AIL, AIL shall be free to get the services by some other
Agency / Party at its sole discretion but at the risk and cost of the terminated vendor.
In case of breach of contract by the successful tenderer, AIL shall have a right to rescind
the contract at any time without Notice & without any liability to AIL. AIL also reserves
the right to claim from the successful tenderer for any loss sustained due to
unsatisfactory performance of the contract.
13. Insurance: All vehicles deployed for AIL duty shall be properly insured for any third party
liability at all times during the currency of contract as per the motor vehicles act.
14. Interpretation:
In the event of any difference in the interpretation of any of the clauses of the Service
Contract / Agreement and / or the Tender documents, the clarification given by General
Manager–Operations, AIL, Mumbai, shall be final and binding.
15. Arbitration:
Any dispute or differences, whatsoever arising between the parties out of or relating to the
construction, interpretation, application, meaning, scope, operation or effect of the Service
Agreement or validity or the breach thereof, shall be referred to “SCOPE FORUM OF
CONCILIATION AND ARBITRATION –GOVT OF INDIA” and the award made in
pursuance thereof shall be binding on the parties to the arbitration.
The venue of arbitration shall be at Mumbai, India and it shall be referred to a single
Arbitrator to be appointed by the SCOPE FORUM OF CONCILIATION AND
ARBITRATION-GOVT OF INDIA.
The arbitration proceedings shall be carried out in English and the award of the Arbitral
Tribunal shall be final & binding on the Parties.
16. Jurisdiction:
The construction, interpretation, validity and performance of this Contract / Agreement shall
be governed by the laws of India. Any disputes arising out of implementation of the Contract
between Air India Limited and Tenderer whatsoever shall be subject to the exclusive
Jurisdiction of Mumbai Courts Only.
17. Force majeure:
Neither party shall be liable for delay in performing obligations or for failure to perform
obligations if the delay results from any of the following (whether happening in India or
elsewhere) force majeure, Act of God or any Governmental act, fire, earthquake, explosion,
accident, industrial dispute, civil commotion, or anything beyond the control of either party.
The party shall use all reasonable endeavours to minimize any such delay. Upon cessation of
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 17 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
the event giving rise to the delay the parties shall in so far as may be practicable under the
circumstance, complete performance of their respective obligations hereunder.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 18 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Annexure-IV
Functional Terms specific to the contract
1. The Contractor need to deploy the vehicles within a month of issuance of LOI,However these
vehicles shall not be registered prior to 1st January 2016. During the contract period, vehicle
should meet the conditions mentioned in point No. 7 on page No. 2.Air India reserves the
right to reject the vehicle if not found worthy and in good condition.Replacement vehicle with
documents need to be provided by the contractor.
2. The Contractor will provide a list of 55(Fifty Five) dedicated vehicles (Registration numbers
etc.) with requisite documents, which they propose to deploy for Air-India Ltd. duty. The
vehicles shall be inspected by Air-India Ltd., officials before deployment and regularly
thereafter for compliance of all regulations. These dedicated vehicles must be registered in
the name of the company / Contractor or owner or partner, from the starting date of the
contract. These dedicated vehicles need to be available for the entire period of contract.
3. The Contractor shall ensure that the vehicles are positioned well in time so as to enable crew /
staff to comfortably board at pick up point. He shall ensure that the services rendered are
prompt and courteous.
4. The contractor shall deploy drivers with valid commercial licenses issued by RTO for
Passenger cars / MUV’s vehicles and shall possess the same in his person during his duty
timings.
5. The arrangement of trips may vary due to traffic disruptions due road repairs, rains, water
logging, strikes, bandh etc. In that case the Contractor shall make arrangements for
providing the service as may then be instructed by Air-India Ltd., due to the above
constraints.
6. The Contractor/s should maintain a vehicle Log Book wise indicating details of trips made
along with timings etc. Contractor need to take the signature of travelled Crew on the voucher
as it is required for payment purpose. Sample copy of the voucher is as per the Annexure X.
7. The Contractor will provide list of drivers/supervisors indicating their names, father’s name,
present /permanent residential address, valid license nos.Mobile No. and recent photograph
etc. who are to be deployed for Air-India Ltd., duty. Intimation of new recruitment,
resignation / termination of the drivers / supervisors deployed for Air-India Ltd., duty should
be intimated immediately with relevant documents.
8. The Contractor shall issue photo-identity card & name badge to the drivers & staff deployed
for Air-India Ltd., duty under his signature, company’s name and seal, which shall be
displayed by them at all times while on duty.
9. The Contractor has to ensure that vehicles provided for the services are registered with the
concerned authority and shall have all valid documents including emission test as applicable
from time to time.
10. The Contractor shall ensure that all the vehicles provided should be comprehensively insured
with third party unlimited risk. Air-India Ltd., shall not be liable for any damages, claims
whatsoever to public property and/or any third party due to any accident arising out of and in
the course of operation.
11. The Contractor shall be solely responsible to comply with all the provisions of motor vehicle
act and laws, rules and guidelines applicable from time to time.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 19 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
12. The Contractor shall be responsible for the acts and deeds of drivers of the vehicles. Air-India
Ltd., will in no way be responsible for violation of traffic/tarmac rules and/ or other loss either
by the driver of the vehicle or by the contractor. The contractor shall comply with the relevant
rules and regulations of Motor Vehicle Act/ Mumbai International Airport Ltd. applicable at
present and as may be enforced from time to time.
13. During the contract period if the vehicle is seized or detained or requisitioned by
Police/Motor Vehicle Authority/ Mumbai International Airport Ltd. or any other authority for
whatsoever reasons then the same will be at cost/risk of the Contractor. The cost in the event
of non-supply of vehicle for the aforesaid reasons compensation as per stipulated penalty
hereinafter shall be payable and alternate vehicle shall be provided for such detainments by
the Contractor.
14. The driver while on duty should not be under influence of alcohol or any other intoxicant or
under stress. In such cases alternate driver has to be provided by the Contractor immediately
on receipt of such report/ complaint from Air-India Ltd. Any Loss or damage caused by such
driver or otherwise shall be totally borne by the Contractor. Smoking by the drivers during
the trips is strictly prohibited.The drivers on duty should always wear the uniform provided
by the Contractor.
15.Sub-contracting of this contract in full or in part is not allowed.
16. Operational requirements:
a. The contractor shall ensure that the Air conditioned cars deployed by him are always
maintained in clean, hygienic and road worthy condition and all the vehicles must be kept
clean (exterior and interior) at all times.
b. All the operational regulations stipulated by RTO / Mumbai International Airport Limited
(MIAL) / and any other agency whenever applicable must be complied with.
c. The contractor should ensure that all the documents including RC, fitness, insurance,
pollution certificate, Road Tax, Permit etc. and any other relevant documents/Licences
essentially required by the R.T.O. and other statutory bodies for the operation of the Air
conditioned cars must be valid during the tenure of the contract period. These
documents/licences should be made available in the Air conditioned cars during the duty
timings.
d. The contractor shall provide commercially registered cars with comprehensive insurance and
unlimited risk cover to the occupants of the Air conditioned cars. Air-India Ltd., shall not be
liable for any damage, whatsoever to public property and/or any third person due to any
accident / incident arising out of and in the course of deployment of contractor’s vehicles on
Air-India Ltd., duties. The contractor shall be solely responsible for any claims by any third
party and/or employees of Air-India Ltd., travelling in the vehicle for any injuries caused by
the driver / vehicle whether by accident or otherwise. The contractor shall be required to
indemnify Air-India Ltd., from any consequences arising out of and in the course of
deployment of vehicles for Air-India Ltd., duties.
e. In case of break-down of vehicle enroute, it will be the responsibility of the transporter to
make alternative safe arrangement immediately such as to divert the vehicle already plying in
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 20 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
that area or call for Cool Cab. Such arrangement shall be informed to Air India Ltd and
arranged so as to enable crew/officials reach their destination on time. Failing which Air
India Ltd shall be within its rights to make alternative arrangements by hiring/arranging
another vehicle from any other source and the amount so spent, together with any other
reasonable incidental charges, etc. will be fully recovered from the transporter’s regular bills
apart from the penalty levied as per penalty clause.
f.
A logbook is to be kept in each vehicle indicating the trips made and the timing of the trips in
detail. The same shall be made available for scrutiny of Air-India Ltd., representative
whenever required.
g. The successful tenderer shall provide AIL, the list of vehicles with registration numbers
that shall be assigned for AIL duty.
17. Service Level Expected
Service Level Expected
Key Performance
Indicator (KPI)
Penalty in case of
failure
1
Documentation
1.01
Vehicle Documents
1.02
Submission of Crew signed voucher
As per Annexure-X
No payment for the
performed trip.
1.03
Statutory labour compliance
As per the labour
laws as applicable
from time to time
As per the compliance
chart
2
Drivers &Supervisors
2.01
Driver’s License
2.02
Police Verification
2.03
Driver’s Duty Hours
Vehicle Registration ( 1000 per vehicle per
Tourist ), Road Tax,
day
Comprehensive
Insurance cover,
RTO permit, Fitness
Certificate
Driving License
500 per day
issued by RTO, Permit
to drive commercial
vehicle
PCS (Mandatory)
Background Check
&Character
Certificate
500 per day
Not more than 9
500 per incident
hours a day or 12
hours a day including
overtime.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 21 of 42
Enquiry Ref: BSP/2016/Cockpit/01
2.04
Driver’s Uniform
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
As per guidelines
500 per day
2.05
Site Supervisors/Assistants
2.06
Rude Behaviour
2.07
Intoxicated Driver
2.1
Non-Provision of Supervisor
3
Accessories
3.01
GPS Units
3.02
Car Interiors &Exteriors
3.03
Fire Extinguisher
To be available
500 per day
3.04
First Aid Kit
To be available
500 per day
3.05
Air-conditioning
To be functional
2000 per day
3.06
Communication
Functional two way
communication
500 per day
3.07
Placard Display
Placard with AI logo
on both front and
rear windscreen
500 per day per
vehicle
4
Service delivery
4.01
01 or More as per
500 per day
requirement for each
per shift
Crew / AI Staff
Complaint
1000 per incident/
Severe Action
To be terminated
with immediate
effect.
10000 Per incident
Supervisor to be
provided round the
clock.
5000 per shift
To be available
&operational
1000 per day
Applicable after 48
hours)
Dust free/odour free/ 500 per day
stain free
Vehicle not reported for Pickup as per Flight delay due to
plan
transport
Rs.50000/- per
incident
+Reimbursement
4.02
Vehicle reported late for Pickup
Crew reporting late 5000+Reimbursement
at movement control
4.03
Vehicle not provided for Drops from
Airport
Crew / AI Staff
Complaint
5000+Reimbursement
4.04
Vehicle delayed for Drops from
Airport(more than 15 minutes)
Crew / AI Staff
Complaint
5000+Reimbursement
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 22 of 42
Enquiry Ref: BSP/2016/Cockpit/01
4.05
Shortage of Vehicles
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Rs. 5000/- per vehicle
per shift.
4.06
Consequential taxi-hire / provision of Taxi /
Cool cab or different type of vehicle
Rs. 500/- per case
along with other
reimbursement of
actual hire by crew or
otherwise.
4.07
Non payment of parking charges by 5th day Transport supervisor
of the month affecting vehicle movement complaint
Rs.50000/- for the
affected month
5
Safety
5.01
Seat Belt/Headlights/
Indicators/Wipers
Crew / AI Staff
Complaint
500 for each per day /
Grounding of Vehicle
5.02
Vehicle Condition (unsafe, not
Crew / AI Staff
Complaint
To be replaced
immediately failing
which Rs. 1000/- per
day.
roadworthy)
5.03
Accident
If any, all
1000 per incident
hospitalization
expenses will be
borne by the vendor.
5.04
Passenger other than AI Crew/ Staff
As per roster plan no
other passenger
should be present in
the vehicle.
5.05
Duty driver performing more than 12
hours duty in a day
Driver shall not
Rs.2000/- per driver
perform more than 12 per duty.
hours duty in a day
and shall report for his
next duty after a
minimal rest period of
11 hours
5.06
Excessive use of Horn while driving
Crew complaint
1000 per incident
Rs.100/- per incident
18.Penalty: Timely service as per schedule provided in this tender shall be the essence of this
contract. In case of failure on the part of the Service Provider to comply with any one or more
of the terms of the contract, the applicable penalty as per SLE shall be invoked.
19.Supervisors with mobile phones to completely co-ordinate and monitor the entire activity of
maintaining and performing the trips mentioned in Annexure ‘V’ along with any amendments
made from time to time. He shall also co-ordinate and liaises with transport movement for
the running and maintaining of the scheduled trips and additional requirements, whenever
requisitioned
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 23 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
20.Without prejudice to the above penalty clauses, AIL reserves the right to take all the remedial
actions provided under the law in case of non-fulfilment of contractual obligations by the
Service Provider.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 24 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Enquiry Ref: BSP/2016/Cockpit/01
Annexure - V
Work scope and Service Requirements for Crew Transportation Services, AIL, Western Region:
NATURE OF WORK:
To provide Air conditioned cars and perform trips detailed below for round the clock pick-up and
drop of crew / staff / officials of Air India, Alliance Air, Air India Express from different residential
areas within and around the municipal limits of Mumbai, Thane & Navi Mumbai.
TYPE OF VEHICLE:
1.
Air Conditioned Diesel sedan Cars / Innova / MUV's/ SUV's
Type of Vehicle
Maruti D’zire / TOYOTA Etios or any
upper end vehicle with similar capacity
having approx 450 litres of boot space
Toyota Innova / MUV's/ SUV's or any
upper end vehicle with similar capacity
Requirment
Cockpit Crew
No. of Vehicles
45
Cockpit
Haul)
10
crew(Long
a)
A total of 55 Air conditioned cars as per above specifications and complying
with latest emission norms and suitable for Only one crew members per car and capable
of accommodating Two suitcases and one tote bags shall be provided.
b)
Additional cars over and above the 55 mentioned above should be provided on
need basis or on the request of Air India to ensure smooth operations.
c)
All cars should have approximately 450 litres of boot space for crew baggage.
Vehicles with CNG/LPG will not be acceptable as CNG/LPG cylinders occupy boot space.
Vehicles with petrol / diesel will only be accepted. It is preferred 10 SUV's in the pool to
enable crew pick-up / drop during the rainy season from flooded areas.
d)
The vehicles should bear the Air India logo prominently both in the front and rear of
the vehicle.
e)
The vehicles must be fitted with GPS units which will enable tracking and data of
vehicle movement with suitable software. The installation and monitoring of these units shall
be done under the supervision of Air India representative.
2. Crew and Flight Details:
a) Air India Ltd (Wide Body) has approximately 520 Cock pit Crew residing in the
Municipal limit of Greater Mumbai (covered under Zones I, II, III &IV) whereas Air
India Ltd (Narrow Body) has approximately 160 Cockpit Crew residing in the
Municipal limits of Greater Mumbai, Thane and Navi Mumbai (covered under Zones
I, II, III & IV).
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 25 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Enquiry Ref: BSP/2016/Cockpit/01
Date: 8th Aug. 2016
b) Average number of Cockpit crew rostered per day for Air India(Wide Body) is 84 and
the same for Air India (Narrow Body) is 80, however, it may change due to various
reasons.
c) The crew along with their baggage is to be picked up from their residence and
dropped at the CSI Airport International/Domestic for the departure flights. Similarly
they are to be picked up from CSI Airport International/domestic and dropped at their
residence on their arrival.
d) Geographical distribution of crew destination is as follows :
Particulars
Area
Zone I
Bandra (E), Mahim, ShivajiPark, Grant
Road, Haji Ali, Napean Sea Road, Dadar
(E/W), Bandra (E/W), Khar, Vile Parle
(E), Colaba, Malabar Hill, Santa Cruz
(W), Sandhurst Road, Mumbai Central,
Cuffe Parade, Church gate, Charni Road,
Warden Road, Girgaun.
Zone II
Zone III
Zone IV
Four Bungalows, Yari Road, Juhu,
Andheri
(W),Goregaon(E/W),Jogeshwari(E/W),
Mahakali caves Road, Kandivali (E/W),
Borivali (E/W),. Dahisar (W) extended
upto Mira Road-Bench Mark 5 Kms from
Dahisar Toll Naka
Kurla, Chembur, Deonar, Mankhurd,
Kalina, Vidyanagari, Sion, Vakola, Antop
Hill, Santa Cruz (E), Kanjurmarg,
Sakinaka, Marol, Powai, Bhandup,
Mulund, Ghatkopar, Chakala, Mahakali
Caves Road, Goregaon (E), Jogeshwari
(E), Andheri (E).
Approximate
No. of Cockpit Crew
56 – Air India (Wide
Body)
34 – Air India (Narrow
Body)
178 – Air India (Wide
Body)
86 – Air India (Narrow
Body)
238 – Air India (Wide
Body)
30 – Air India (Narrow
Body)
Municipal Town limits of Thane &Navi
Mumbai upto toll / Check naka of Navi 40- Air India (Wide
Body)
Mumbai.
10- Air India (Narrow
Bench mark-5 kms from Vashi Toll Naka
Body)
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 26 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
e) Each crew carries along with him/her two suitcases of approximately 75 cms. size like
Delsey / Samsonite or any other make whenever they travel on long haul flights.
Similarly he/she carries one suitcase on short haul flights. They also carry one hand
baggage each. For Air India (Narrow Body) one normal size suitcase and one trolley
bag per crew in case of night stop, otherwise one trolley bag for a quick return flight.
f) Air India Ltd (Wide Body) operates approximately 840 arrival and departures per
month from Chatrapati Shivaji International (CSI) Airport Terminal no. 2, Sahar,
Mumbai 400 099 as per the current schedule, whereas Air India Ltd (Narrow Body)
operates 3528 domestic/international arrivals and departures per month from
Domestic as well as International Terminal.
g) The number of flights may be added or cancelled as per requirements of Air India Ltd.
3. DR Messages :
a) The successful bidder shall make necessary arrangements for delivering two types of
urgent messages to crew to operate the flight or change in pattern of flight operation
or delay to the departure/arrival flights.
b) Type I – DR Messages
Urgent pull out messages to be delivered to the crew 3 to 4 hours before the flight
departure/crew reporting time. The number of such DR messages shall be
approximately10 each per day for Air India (Wide Body) and 2 to 5 for Air India
(Narrow Body) respectively. However the number of DR messages may vary
upward or downward as per the operational requirement.
c) Type II
Last minute pull out messages to be delivered to the crew and pick-up in the same
Vehicle and brought to the Airport. The number of such DR messages shall be
approximately 03 to 05 per day for Air India (Wide Body).
d)
DR messages shall be dispatched within 05 minutes on receiving the same.
4. Illustration :
The following example is given to illustrate the type of operation.
For Departure flight
Flight No. AI-XYZ, Aircraft Type - B-777
Scheduled time of departure (STD) Mumbai International Airport i.e STD 0600
Crew reporting time (CRT) at the airport: 0420
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 27 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Enquiry Ref: BSP/2016/Cockpit/01
Date: 8th Aug. 2016
The crew pick up slip/assignment slip, indicating name of the crew member,
his/her residential address along with flight details will be provided to the
transporter approximately six (6) hours before the flight departure.
However, any last minute changes if required will have to be met at short notice.
The crew must report at the airport 100 minutes before the flight departure for
Aircraft type B 777/Airbus 330/Airbus 320 etc. The driver of the vehicle must
report at the residence of the crew member well in advance of travel time so as the
crew reports at the airport on crew reporting time for the flight.
For Arrival flight
Flight No. AI-XYZ, Aircraft Type - B-777 / A330 / A321 etc. or Air Bus 330 or
Air Bus 320,
Scheduled Time of Arrival (STA) Mumbai International Airport
i.e STA 0600. The name of the arriving crew members with their residence
addresses will be provided to the transporter approximately six (6) hours before
the flight arrival. The transporter has to check the Estimated Time of Arrival i.e
ETA of every flight. The assignment slips will be issued prior to arrival of the
flight. The vehicle must report at the designated airport arrival terminal at 0550
hrs. if the ETA is 0600 i.e the arrival time of the flight and pick up the crew and
drop them at their residence/ hotel. However, any last minute changes if required
will have to be made at short notice.
5.
Additional facilities:
a) The transporter should have an office at the airport to be manned round the
clock to completely co-ordinate and monitor the entire activity of crew pick up /
drop and liaisoning with Transport and/or Operations movement control of Air
India Ltd, Mumbai. Bidder also needs to provide minimum of two supervisors,
to arrange pick-up and drop of cockpit crew.
b)
All vehicles should necessarily have standard fitting with following and any
other fittings as required by the RTO/Government Agencies for the purpose of
safety of the travelling employees:
i. Quality seat covers
ii. Floor carpet
iii. Rubber Foot mats
iv. Good quality air freshener spray / car perfume
v. GPS with related software shall be provided
vi. Fire extinguisher
vii. First Aid Kit
viii. Stepney and tool kit at all times.
ix. Any other fitment if required during the contract validity.
6. Execution And Transporters Responsibility
a) The transporter shall ensure that the cars are positioned well in time for the pick up
and drop of the crew of Air India Ltd, and the service is rendered in prompt and
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 28 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Enquiry Ref: BSP/2016/Cockpit/01
Date: 8th Aug. 2016
courteous manner. The crew shall be brought to the Airport as per the crew reporting
time (CRT) only indicated in the assignment slip and not later than the CRT. For
arriving flights, the vehicles will be positioned at designated terminal, 10 minutes
before the estimated time of arrival (ETA - 10 minutes). The crew shall be
transported from the terminal to residence or hotel as the case may be. The
information regarding arrival/departure of flights will have to be obtained by service
provider by contacting Air India Ltd, Cockpit Crew Movement Control Offices.
b) The transporter shall ensure that in case of breakdown of car an alternate arrangement
will be made by transporter at his own cost immediately and without any delay. Air
India Ltd will only pay as per the established distance the contracted rate.
c) The transporter shall make necessary arrangement to liaise with the Cockpit Crew
Movement Control of Air India Ltd to ascertain the transport requirement and to
ensure efficient service.
d) The Cockpit Crew Movement Control of Air India Ltd will provide the pick-up/drop
assignment slips on day-to-day basis to transporter’s supervisor and due to changes, if
any, fresh assignment slips will be issued from time to time by electronic mode.
e) The transporter shall maintain necessary Log Book Register/Records with complete
details of vehicles provided, timing of operation and utilization of vehicle in respect
of the pick-up/drop service provided. Any discrepancy for not picking up/dropping of
the crew or vehicle breakdown, and alternate mode of arrangement for pick up/drop
should also be recorded. Air India Ltd or its representative or any statutory authority
will be provided access to these records, when demanded.
f) The transporter shall be solely responsible to comply with all the provisions of Motor
Vehicles Act and all other laws, rules, guidelines, etc. as applicable from time to time
in respect of plying of vehicles.
g) Drivers deployed by transporter should be above 18 years of age and should have
minimum three year's driving experience with valid driving license.
h) The vehicles deployed for duty of Air India shall at no point of time carry any person
other than the one authorized by Air India.
i) All essential instruments such as Milo/speedometer for the day to day running of the
vehicles will have to be in excellent condition.
j) Transporter shall ensure that the vehicles are insured at his own cost to cover third
party liability including the passengers travelling in the vehicle. Insurance claim
settlement shall be the sole responsibility of transporter. The transporter shall
indemnify Air India Ltd for any loss caused to Air India Ltd due to any negligence
including rash driving or violation of any of traffic rules by transporter’s drivers. This
shall also include legal costs involved. The transporter shall be solely responsible in
respect of any claims, damages or other liabilities arising out of any accident or
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 29 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Enquiry Ref: BSP/2016/Cockpit/01
Date: 8th Aug. 2016
incident involving the vehicles deployed by him and the consequential effect on the
occupants.
k) The Transporter should be in a position to start the operation of transport services
within 30 days from the date of acceptance of LOI / Contract.
l) Air India Ltd does not guarantee minimum kilometre/month or minimum billing.
m) Driver in service must be provided company’s uniform with the Identity Card of
transporter, the name prominently displayed on the uniform and well conversant with
the routes and working knowledge of English. Any penalty arising out of violating
traffic rules/jumping red signals/over speeding will be liability of transporter only.
n) Smoking and consumption of alcohol by transporter staff / driver on duty is strictly
prohibited.
o) Air India Ltd Crew placard must be displayed/ fixed on Crew pick up car for
identification as and when deployed on Air India Ltd duty.
p) After completion of each assignment of pick up or drop, the transporters supervisor/
driver shall handover the assignment slips back to Air India Ltd Transport Movement
Cell.
q) In the case of pick-up/drop of Crew of Air India (Wide Body), the trip sheets (Log
Sheet) of each pick or drop will be authenticated by the crew. Similarly in the case of
pick-up/drop of Crew of Air India (Narrow Body), the trip sheets (Log Sheet) of each
pick or drop will be authenticated by Transport Supervisors. In case the signature is
not obtained on the trip sheet (log sheet) kms. will not be paid.
r) The transporter shall ensure that no driver detailed for Air India duty be allowed to
drive or be detained for driving for more than 12 hours at a stretch. The drivers
must be given a rest of at least 11 hours between two shifts.
s) In the event of non-availability of a Watchman in the Society where the driver goes
to pick up Cockpit Crew for flight duties, the driver must personally inform the
concerned Cockpit Crew of the transport arrival.
t) Wherever there is sufficient space in the Society Complex and if permitted by the
Society, the vehicle must be brought inside the Society Complex for pick up and not
wait outside the Society.
u) The transporter will provide supervisor outside the arrival hall to guide the crew
members to their respective vehicles.
v) During monsoon the vehicle to be brought near arrival hall to avoid inconvenience
to the crew if permitted by traffic police.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 30 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Enquiry Ref: BSP/2016/Cockpit/01
Date: 8th Aug. 2016
w) The transporter is for providing the transport service and not for engagement of any
employee deployed for running the fleet. Such employees shall be on the duty of the
transporter and under no circumstances shall be deemed to be on the duty of Air
India Ltd. Air India Ltd shall have no relationship or nexus of any kind whatsoever
with such employee deployed by the transporter. Such employee shall not be
entitled to claim any right, privilege or benefit from Air India Ltd and the
transporter undertakes to indemnify Air India Ltd for any loss or financial demand or
otherwise on any such claim. The transporter shall have to give an undertaking in
their technical bid that no personnel deployed by the transporter shall claim
employment in Air India Ltd. The responsibility of discipline of the personnel in
case of any complaint from Air India Ltd shall be solely that of the transporter.
x)
On arrival, the crew will not be made to wait for more than 15 minutes. If no
transport is available for arrival crew, pre-paid cool-cab taxies to be arranged by
transporter and entire cost/ expenditure is to be borne by service provider.
Transporter will be paid the contracted rate for the established distance. Cool-cabs
in lieu of cars should be an exception than the norm & the same shall be resorted to
only in case of exigencies. However, penalty as defined in Annexure IV, clause 17
shall be applicable in such cases.
y) In the event that even a cool-cab is not provided by transporter, penalty shall be deducted
from transporters’ bills as per penalty clause 4.06 defined in Annexure IV.
Annexure – VI
Technical Bid Tender Form
1. Name of Contract
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Crew Transportation Services for
AIL at
Page 31 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Mumbai
2. Name of the Company/Establishment
3. Full Address of Registered Office
4.
5.
6.
7.
Telephone No./ Mobile No.
Email id
Fax No.
Name of Contact Person
Nature of company (Whether Proprietorship Firm /
Partnership Firm / Limited Company / Corporation
8. / Any
Other (Specify) (Enclose Proof)
Particulars of Registration - Issued in
the name
Yes/No
9
A
B
C
D
E
F
of the tenderer
Company Incorporation Certificate
Existing Valid License (Under Contract
Labour
(Regulation & Abolition) Act 1970
showing up-todate renewal. (ONLY one)
PF Registration certificate
ESI Registration certificate with the
seventeen
digit code allotment letter
PAN/ GIR NO.
Service Tax Registration No.
If Yes, give details
Number Date of Issue
Valid
upto
G VAT Registration No.
Registration with any recognized
regulatory / quality / safety Agencies[e.g.
Quality accreditation certificate like valid
H ISO 9000/20000 etc), if any
Two years’ experience in car hire for
10a. corporates /airline Crew Movement
Copies of 2 Contracts in support of 10a,
duly certified by hiring company out of one
should be with 50 cars provided to a single
10b client / self- attested enclosed
.
11a. Total Number of personnel employed presently at Mumbai:
Supervisory Staff: ___________ Drivers: ______________
11b. Service tax returns for financial year 2015-2016 : Yes/ No.
11c. IT Returns for the assessment Year 2016-17: Yes/No
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 32 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Enquiry Ref: BSP/2016/Cockpit/01
Date: 8th Aug. 2016
11d. .Tender document signed, stamped and duly completed in all aspects. Yes/No
12a. Annual Turnover for Financial Years (2013-14, 2014-15, 2015-16): Rs________ (in Cores)
12b. Copy of certified Balance Sheet and P&L Account for the Financial Years (2013-14, 2014-15,
2015-16) duly signed by Proprietor/Director enclosed : YES / NO
13. Annual Turnover pertaining to Business of Crew Transportation Services for Financial Year
(2015-16) establishing Rs.8 Cr or more(Auditors Certificate) Rs________________
14. Earnest Money Deposit Details:
Amount Demand Draft DD Date
in
(DD) No.
INRNa
me of
Bank
Rs.2,00
000
15a. has any Director/Partner/Proprietor been convicted any time by court of law? YES/NO (If yes,
give details)
15b. has your company been Blacklisted by any agency of the airport or elsewhere? YES/NO (if Yes,
give details)
16.
Details of Passenger / Crew Transportation Services experience during last 3
years (A separate sheet may be enclosed for these details together with a copy of
contract)
S.
Name Of Name & Address of Period of
No. of Personnel
Annual Value Of
No.
Contract Company
Contract
Employed
Contract
(From…to….)
I
II
III
IV
17.
Any other information which the tenderer may like to furnish, separate sheet may be enclosed.
In support of above information self-attested copies of all Documents, wherever required be enclosed.
18.
Whether any director/ employee on contractors payroll belongs to Air India Ltd (if
yes give details): Yes/ No
19.
Has the company been issued with any show cause notice, termination notice by Air
India Ltd, (Wide Body)/ (Narrow Body)or Government Departments/ Organizations/
undertakings during the last 3 (THREE) years: Yes /No
20.
Must have minimum 50 Commercially Registered cars in the name of the Co./Partner
/ Proprietor. Give Details of cars: Yes/ No.
21.
Details of passenger cars proposed to be procured. Provide proof of the financial
arrangement for procurement of required additional vehicles: Yes/ No
UNDERTAKINGS: (To be agreed and signed by the tenderer)
 It is confirmed that the registrations and licenses under all the applicable local and
central taxes and laws and to be specified separately under each applicable
tax/law/act (i.e. Service Tax / Work Contract Act / Provident Fund Act /
Establishment Act / ESI Act / Income Tax Act / Import etc.) shall be produced for
verification/checking of AIL or to third party authorized by AIL / Law abiding
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 33 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Enquiry Ref: BSP/2016/Cockpit/01
agencies of Govt. of India.
o I have carefully gone through and have understood and hereby agree to
abide by all the General Terms & Conditions, Workscope and
Specifications governing the tender.

o I hereby confirm that I am authorized to sign the tender document and
the information given in the tender is true and correct to the best of my
knowledge and belief and nothing material is concealed.

o All the pages of the Technical Bid are signed and any overwriting are signed

I am submitting a soft of copy of all scanned documents & enclosures of technical bid marked
Tech Bid CD.
Date: ___________
Place: ___________
Signature_______________________________
Name & Designation: - ___________________
Co. Name & Seal: ________________________
CHECK SHEET : Following Documents must be attached with Technical Bid
Yes
No
Pg.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 34 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
NO
1.
2.
3.
4.
5.
6.
7.
8.
9
10
EMD Rs. 2,00,000/- (DD/Pay order)
Self-Attested copies of:A
Certificate of Incorporation
)
B Existing Valid Contract Labour license – (Copies of Only Two
) Valid Licences Only) (with up to date renewal)
C
PF Registration in the tenderer’s name
)
D ESI Registration in the tenderer’s name along with seventeen
) digit allotment letter
E
PAN/GIR No.
)
F
Service Tax Registration
)
G
VAT Registration
)
H IT Returns for the assessment Year 2016-17
)
I) Service tax returns for year ending March’16
J) Original copy of Authorized Signatories
K
Registration with any other Agency(Please Specify Details)
)
Copy of audited Balance Sheet and P&L account for Financial
Year 2013-14, 2014-15, 2015-16 duly signed by
Proprietor/Director.
Copy of Contracts depicting the 2 years’ experience, duly certified
by hiring company/self-attested
Company Profile
List of other Airlines where similar services are provided currently
with Tel. No. & contact person
ESI Payment for the last thre months (Copy of the challan)
PF Payment details for last three months (Copy of the challan)
Soft copies in PDF format of the all signed documents duly
scanned shall be provided in a CD along with Technical Bid duly
marked so.
Integrity Pact duly signed
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 35 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Enquiry Ref: BSP/2016/Cockpit/01
Annexure-VII
Price Bid Format:
1.
Name of the Contract
2.
3.
4.
5.
6.
7.
Name of the Company/Establishment
Address
Telephone No.
Fax No.
Name of Contact Person:
Email.:
SN
Details
A1
Toyota Innova or
Equivalent (10 ea)
Maruti Dzire or
Equivalent with approx.
450 ltr boot space ( 45ea)
Delivery Charges per
DR message (1ea)
Type of fuel used for the
vehicles & Cost of fuel as
on closing date of tender
Average kms per litre of
fuel
Service Tax
Any other Government
levy / Tax if applicable for
car hire services
A2
A3
A4
A5
A6
A7
Tender for Crew
Transportation Services
Mobile No:
Comprehensive rate per actual productive km for Performing Trips
by vehicles with GPS
Rs.in Figures
Rs. in Words
14 km/l for cars considering the type of fuel as Diesel
PS:
1. The Comprehensive rate per km rate shall include all the cost such as capital cost,
maintenance cost, manpower, running cost, fuel, Govt. taxes (except service tax/toll taxes),
pollution certificate, Road Taxes, vehicle insurance, and any other overheads etc.
2. Parking charges of the vehicles (qty 15) in MIAL designated car parking level ONLY shall be
reimbursed to the service provider by AIR INDIA on production of receipt from MIAL
appointed contractor as a proof of payment.
3. The Overall L1 shall be evaluated as per formulae given below for vehicles with GPS
(A1x10 + A2X 45 + A3*1) / 56, where A1 to A3 is the rate in the table given above.
4. Under the head No.A6 in the above table i.e. Service Tax (including education CESS) should
be quoted at applicable rates. The same would be separately admissible by Air India Ltd. on
production of receipt as a proof of payment
5. If two or more bidders quote the same rate then bidders need to submit their revised
downwards price bid within four working days from the price opened date, in sealed
envelops. Lowest bidder will be decided based on these revised ‘’financial bids’’.
Financial Terms:
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 36 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Enquiry Ref: BSP/2016/Cockpit/01
Date: 8th Aug. 2016
1. The estimated kilometers usage for Air India Ltd. is provided in the table below based
on past usage per annum. However, Air India Ltd. does not guarantee minimum
kilometer usage and these figures are indicative only.
C Cockpit Crew - Narrow Body
o
c
k
p
i
t
C
r
e
w
W
i
d
e
B
o
d
y
5
2
8
0
0
0
840000 Km.
K
m
2. The vehicles are required on the round the clock (24 hours basis) X 365 days in a year
including Saturdays, Sundays, Holidays and National Holidays. The actual
requirement of vehicle depends upon the flight schedule, and varies from time to time.
3. The Bidder shall be paid for the actual distance travelled between Airport to the Crew
residence / Hotel or vice versa as per the assignment slip with crew only. The rate per
kilometer of travel with crew only will be applicable for payment while transporting
crew from Airport to Residence or Hotel for drop and vice versa in the case of pick
up.
4. The Bidder shall invoice the rate as Rupees per Kilometer of distance travelled as per
point 3 above.
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 37 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Enquiry Ref: BSP/2016/Cockpit/01
5. No payment will be made for any empty run.
6. All documents should be duly signed and stamped and amount should be clearly
shown in words. In case of any corrections, it should be signed over office stamp.
The amounts in invoices should be complete and in full, in all respects.
7. There should be no cutting / overwriting in the trip sheets. Duty slips / trip sheets to
be made in triplicate and countersigned by our authorized user and to be submitted for
billing every fortnight.
8. In the event the crew report inability to travel after positioning the vehicle due to any
reason, due acknowledgement should be taken on the duty slip / trip sheet from the
crew with reasons for non-travel, for the settlement of bill.
9.
The escalation/de-escalation due to change in fuel cost shall be reviewed and any
increase/decrease of 5% of base rate of Diesel at Mumbai as on date of submission of
tender document and shall be recoverable/payable by taking standard fuel consumption
of 14 KMPL for cars.
10.
The tenderer is required to arrange payment of applicable car parking charges to
MIAL appointed contractor by 5th day of each month to ensure smooth flow of vehicles in
and out of parking failing which applicable penalty as mentioned in point No. 4.07 under
service level expected shall be levied.

Undertaking :
I have carefully gone through and have understood and hereby agree to all the General Terms &
Conditions, Work scope & specifications governing the tender.
I hereby confirm that I am authorized to Sign the tender Documents and this financial bid is valid for
3 months from the date of opening of the tender.
Place:__________
Date: __________
Sign : _________________
Name :
_________________
Desgn:
_________________
Co. Name & Seal:
_________________
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 38 of 42
Enquiry Ref: BSP/2016/Cockpit/01
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Annexure- VIII
BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY
To
Executive Director ‐ (Western India)
Air India Limited,
Mumbai.
WHEREAS ………………………………………………………………… (name and address of the
service provider) (hereinafter called “the service provider”) has undertaken, in pursuance of contract
no…………………………… dated …………….. to supply (description of services) (herein after
called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the service provider shall
furnish you with a bank guarantee by a scheduled commercial recognized by you for the sum
specified therein as security for compliance with its obligations in accordance with the contract;
AND WHEREAS we have agreed to give the service provider such a bank guarantee;
NOW THEREFORE, we …………………………………. Bank, hereby affirm that we are guarantors
and responsible to you, on behalf of the service provider, up to a total of
…………………………………………….………… (amount of the guarantee in words and figures),
and we undertake to pay you, upon your first written demand declaring the service provider to be in
default under the contract and without cavil or argument, any sum or sums within the limits of
(amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for
your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the service provider before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and the
service provider shall in any way release us from any liability under this guarantee and we hereby
waive notice of any such change, addition or modification.
This guarantee shall be valid until the ………… day of ……… 20__
…..……………………………………..
(Signature of the authorized officer of the Bank)
………………………………………………….
Name and designation of the officer
………………………………………………….
………………………………………………….
Seal, name & address of the Bank and address of the Branch
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 39 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Enquiry Ref: BSP/2016/Cockpit/01
Annexure X
VOUCHER
(in the letter head of Service Provider)
Sr.No.
Date: ___________
Vehicle No.
Vehicle Type
Driver's Name
Crew Name
Reporting Address
Destination
Details of Duty
Arrival Closing
Date
Month
Year
Departure Starting
Total Kilometers
Crew / Official Signature
Employee No.
Time
Meter
Process
Air India /
Express /
Alliance Air
Officials
Service Provider's Signature
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 40 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Enquiry Ref: BSP/2016/Cockpit/01
Service Level Expected
1.01
Vehicle Documents
2
Drivers &Supervisors
2.01
Driver’s License
2.02
Driver’s Duty Hours
2.04
Driver’s Uniform
500 per day
2.05
Site Supervisors/Assistants
500 per day
2.06
Rude Behaviour
2.07
Intoxicated Driver
2.1
Non-Provision of Supervisor
3
Accessories
3.01
GPS Units
3.02
Car Interiors &Exteriors
500 per day
3.03
Fire Extinguisher
500 per day
3.04
First Aid Kit
500 per day
3.05
Air-conditioning
2000 per day
3.06
Communication
500 per day
3.07
Placard Display
500 per day per vehicle
4
Service delivery
4.01
Vehicle not reported for Pickup as per plan
Rs.50000/- per incident
4.02
Vehicle reported late for Pickup
5000+Reimbursement
4.03
Vehicle not provided for Drops from Airport
5000+Reimbursement
4.04
Vehicle delayed for Drops from Airport(more than
15 minutes)
5000+Reimbursement
4.05
Shortage of Vehicles
Rs. 5000/- per vehicle p
4.06
5.01
1000 per vehicle per da
500 per day
500 per incident
1000 per incident/ Seve
10000 Per incident
5000 per shift
1000 per day Applicable
Consequential taxi-hire / provision of Taxi / Cool cab Rs. 500/- per case along
or different type of vehicle
hire by crew or otherwi
Seat Belt/Headlights/ Indicators/Wipers
500 for each per day / G
To be replaced immedia
5.02
Vehicle Condition (unsafe, not roadworthy)
5.03
Accident
1000 per incident
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 41 of 42
MMD, New Engineering Complex
Sahar, Vile Parle East,
Mumbai-400 099
Date: 8th Aug. 2016
Enquiry Ref: BSP/2016/Cockpit/01
5.04
5.05
Passenger other than AI Crew/ Staff
1000 per incident
Driver performing more than 12 hours duty in a day Rs.2000/- per driver per
Total Penalty in INR:
Signature of Crew:
I /We agree to comply with all terms and conditions
Signature and Stamp of Bidder
Page 42 of 42