+ All Categories
Home > Documents > mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through...

mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through...

Date post: 31-Jan-2018
Category:
Upload: vuongque
View: 219 times
Download: 0 times
Share this document with a friend
41
Materials Management Dept. Old Airport, Kalina Santacruz(E), Mumbai-400 029 Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017 Dear Sir / Madam(s), Sub: Transportation of GE 90 Aircraft Engine from Mumbai Airport to Nagpur Airport. Air India Limited (herein after referred as AIL ), 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 Transportation of GE 90 Aircraft Engine on comprehensive basis in complete accordance with this tender. I. Name of Work : Transportation of GE 90 Aircraft Engine. II. Earnest Money Deposit (EMD) : Rs.1,20,000/- ( Rupees One Lakh Twenty Thousand only) III. Date & Time Of Pre-Bid Meeting: 24 /01 / 2017 at 1500 hrs. (IST) IV. Due Date & Time for Bid Submission : Up to 07/02/2017, 1500 hrs (IST) V. Technical Bid Opening Date & Time: 08/ 02 / 2017 at 1100 hrs. (IST) VI.Venue: Discussion Room, MMD, Old Airport, Kalina, Santacruz (E), Mumbai -400 029. VII. Security Deposit : 5% of the order value of the successful bidder. VIII. Validity Of Bids up to : 31/ 05 / 2017 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. I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 1 of 41
Transcript
Page 1: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Dear Sir / Madam(s),

Sub: Transportation of GE 90 Aircraft Engine from Mumbai Airport to Nagpur Airport.

Air India Limited (herein after referred as AIL ), 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 Transportation of GE 90 Aircraft Engine on comprehensive basis in complete accordance with this tender.

I. Name of Work : Transportation of GE 90 Aircraft Engine.II. Earnest Money Deposit (EMD) : Rs.1,20,000/- ( Rupees One Lakh Twenty Thousand only)

III. Date & Time Of Pre-Bid Meeting: 24 /01 / 2017 at 1500 hrs. (IST) IV. Due Date & Time for Bid Submission : Up to 07/02/2017, 1500 hrs (IST) V. Technical Bid Opening Date & Time: 08/ 02 / 2017 at 1100 hrs. (IST)

VI.Venue: Discussion Room, MMD, Old Airport, Kalina, Santacruz (E), Mumbai -400 029.VII. Security Deposit : 5% of the order value of the successful bidder.

VIII. Validity Of Bids up to : 31/ 05 / 2017

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 document containing following Annexures in respect of the above services is enclosed:

Annexure –I: Technical & Price Bid Evaluation Criteria- page 2Annexure-II: Governing terms for the Bid process - page 3 to 10Annexure-III: Generic Terms to govern the contract- page 11 to 14Annexure-IV: Functional terms for Transportation of GE 90 aircraft engine- page 15Annexure-V: Work scope for Transportation of GE 90 aircraft engine- page 16 to 18Annexure-VI: Technical Bid format & Check List - page 19 to 23Annexure-VII: Price Bid Format - page 24-25Annexure-VIII: Bank guarantee format - page 26

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 1 of 26

Page 2: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Annexure-ITechnical Bid Evaluation Criteria (TBEC)

For Bidder to become technically qualified, it is necessary and essential to meet out the six criteria given below. In order to assess the capability of service providers, who show interest in our selection process, point system of evaluation has been indicated in this process.

A. Minimum points to be obtained to qualify for the Final Evaluation process is Eight (08) in a scale of 10 points.

1. The service provider shall be a limited Company registered under Indian Companies Act, 1956 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 an IATA Accredited Cargo Agent ( for freight forwarders) or IATA Member (For Airline).

3. The Service provider must be in the business of Aircraft Engine Transportation or similar transportation of heavy aircraft parts or other Odd Dimension Equipment weighing more than 10 Ton by air for past two years (from April, 2014 onwards). To have provided similar type of services for past two years and capable of providing the said services mentioned in Annexure V.

4. The Service provider must be in the air cargo business for past three years( From April, 2013 onwards)

5. Party must have a minimum Annual turnover of Rs. Two Crore in each of the last two financial years i.e., 2014-2015 and 2015-2016 (A copy of audited balance sheet and P&L A / c, duly signed & stamped / sealed by the Proprietor / Director / authorized signatory shall be enclosed or auditors/chartered accountant’s certificate to that effect as a proof of above).

6. The tenderer should have PAN No. & Service-Tax registration No., at the time of tender application.

B. The points allotted to each parameter/criteria are mentioned in Annexure VI(B).

Note: If a bidder fails to submit the relevant documents along with his technical bid in support of the above Technical Bid Evaluation Criteria (TBEC), as per the format enclosed in Annexure-VI, his technical bid will be evaluated for only those parameters for which there are supportive documents. For the remaining parameters for which there shall be no supportive documents, “zero” points shall be allotted during evaluation and no further communication shall be entertained with such bidder after opening of his technical bid.

Price Bid Evaluation criteria (PBEC):

Lowest bidder (L1) shall be arrived at based on the Gross Total as per the format of price bid enclosed in annexure-VII.I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 2 of 26

Page 3: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Annexure-IIGoverning 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 franchise / 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. MMD/ACDU/TENDER/243 dated 17/ 01 / 2017 for Transportation of GE 90 Aircraft Engine 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 wifec. Relatives in the manner as father, mother, son(s), son’s wife, d. Daughter(s), 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 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 BEC-Technical and provisions of tender document.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 3 of 26

Page 4: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

11. Issue / submission of Tender form do not necessarily mean that the Tenderer is an eligible party.

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 shall lead to rejection of their bids:

a. Firm Price throughout the job execution period b. EMDc. Scope of Work d. Generic Terms to govern contracte. Functional terms and conditionsf. Lead Time/Service Delivery / Completion Schedule g. Period of Validity of Bid h. Performance Bank Guarantee / Security Deposit i. Arbitration / Resolution of Dispute j. Force Majeure k. Statutory Compliance to Applicable Laws l. All 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.

m. All documents in support of the tender must be submitted in accordance with the check Sheet as per annexure VI.

n. Any other condition specifically mentioned in the tender documents elsewhere that non-compliance of the clause shall lead to rejection of the bid.

14. Pre bid meeting

a. The purpose of the pre bid meeting shall be to clarify issues and to answer questions on any matter that shall be raised at that stage.( Date:24.01.2017/ Venue: Point VI/page 1)

b. Text of the questions raised and the responses given, together with any responses prepared after the pre bid meeting, shall be transmitted without delay (without identifying the sources of the question) to all participants to the Pre-Bid meeting and it shall as well be displayed on our website. Any modifications of the bidding documents listed in tender that shall become necessary as a result of the pre-bid meeting shall be made by the AIL exclusively through the issue of an Addendum / Corrigendum separately and shall be available for download from our website.

c. Non-attendance of the pre-bid meeting shall not be a cause for disqualification of a bidder. Addendum and / or Corrigendum, if any, to the tender document, shall be hosted on the website subsequent to the pre-bid meet which shall be referred and taken into consideration by the parties.

d. Interested bidders who desire to attend the pre bid meeting shall communicate two days in advance to the pre bid meet scheduled date to make necessary arrangements for entry passes with names of their representative by email to pv. [email protected]. Only one representative of each bidder shall be allowed to attend the pre-bid meet on the date fixed by AIL who shall carry an authorised letter to that effect on company letter head from the

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 4 of 26

Page 5: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

authorised signatory for the company (refer clause 5 above) as well as carry an identity card to gain entry into AIL premises.

15. Modification of Bidsa. 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 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 forfeiture of bidder’s EMD amount.

16. Earnest Money Deposit: The Tenderer shall furnish along with Technical Bid, Earnest Money (refundable) amounting to Rs.1,20,000 / - ( Rupees One Lakh Twenty Thousand only) in the form of crossed Bank Demand Draft or Banker’s cheque drawn on any Nationalized / Scheduled bank in 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 Bank 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 at any stage of the tender process also, EMD shall be forfeited.

17. 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.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 5 of 26

Page 6: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

18. 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.

19. 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:1. Envelope 1 - The technical bid covering all details as mentioned in the formats with

Earnest Money Deposit(EMD) for Rs.1,20,000 and all enclosures demanded (refer check list, Annexure-VI) to accompany the technical bid elsewhere in the tender need to be necessarily submitted in a separate sealed envelope super scribing the enquiry reference MMD/ACDU/TENDER/243 Date: 17/01/2017 Technical bid in bold letters with Service provider’s name.

2. Envelope 2 - The price bid needs to be submitted in a separate sealed envelope super scribing the enquiry reference MMD/ACDU/TENDER/243 Date: 17/01/2017 Price bid in bold letters with Service provider’s name.

3. Envelope 3 - Both these envelopes need to be put in a sealed master envelope super scribing the enquiry reference MMD/ACDU/TENDER/243 Date: 17/01/2017 in bold letters with Service provider’s name and addressed to Executive Director-MM, MMD, Air India Limited, Old Airport, Kalina, Santacruz(E), Mumbai 400 029.

4. The sealed bid master envelope shall be submitted at the above address in person or by post / courier so as to reach up to 07/02/2017, 1500 hrs (IST).

5. 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.

6. Tender bids received after due date / time shall not be entertained / considered. 7. 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.8. 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.

20. 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 1500/1100 Hours of the next working day.

21. 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.

22. AIL reserves the right to accept or reject any or all offers without assigning any reason, whatsoever.

23. 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.

24. The following requirements shall be strictly complied with by the Tenderer:

a. Tenderer shall initial all the corrections if any.I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 6 of 26

Page 7: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

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. These tender documents with Annexures / enclosures are to be submitted along with technical bid excluding Annexure VII (Price Bid).

25. 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 the Bid (Technical and / or Price) has been received by fax or email.c. If the Bid (Technical and / or Price) has been received unsigned.d. 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.

e. Any reasons for rejection of bid as cited against any clause anywhere else in this tender document.

f. If the bidders fails to provide the supportive documents mentioned in this tender document, technical bid may be rejected.

g. If the technical bid & the price bid are both in the open condition, when the sealed master envelope is opened, this bid would stand disqualified.

h. Incomplete quotation i.e. where only the technical or only the commercial bids are received in a single master envelop, will be rejected outright.

i. While opening the tender if it is found that the technical bid envelope contains the commercial bid is in open condition, the bid shall stand disqualified.

26. 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: P.V. Kulkarni, Assistant General Manager (MMD), and Tel.No:022-2831 8647 email id: [email protected].

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 members of AIL shall visit the premises of the Tenderer to verify all the supporting documents provided.

27. 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.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 7 of 26

Page 8: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

28. Due / Last date for submission of the tenderLast / due Date for submission of Tender is up to 07/02/2017, 1500 hrs (IST) at our office address given below:

Executive Director, Materials Management Dept.,2nd Floor, Tender Receiving Cell,Air India Ltd. ,Old Airport, Kalina,Santacruz (E), Mumbai 400029.

29. Date of opening of the tenderTender (Technical Bid) shall be opened on 08/02/2017, 1100 hrs (IST) at the address mentioned below:Discussion Room, 2nd Floor, MMD, Old Airport, Kalina, Santacruz(E), Mumbai -400 029.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.

30. 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 on AIL website.

31. In their bid, tenderer shall clearly mention the official mailing Address, email id and Fax Numbers to which all correspondences shall be sent by AIL. Also if address is changed at any time, the same shall be intimated to AIL immediately.

32. The Tenderer should quote the gross total in figures as well as in words 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.

33. When there is a difference between the gross total in figures and in words in price bid, the correct amount shall be taken correct as per the following:a. When the gross total for any destination is worked out by the Tenderer & there is a

difference in gross total quoted in figures and words in price bid, the gross total quoted in words shall prevail over the gross total quoted in figures.

b. All rates shall be quoted on the proper form (price bid format) of the Tender alone. Special care should be taken to write the Gross total in figures as well as in words and the rates 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.

34. Any notice by one party to the other pursuant to the submissions of the bid / tender, shall be sent in writing to the address specified for that purpose in the Tender / bid submissions.

35. Price NegotiationAs it is not the general norm for AIL to carry out price negotiations following evaluation of the price Bids, the Tenderers are advised to submit their best quotes in response to this Tender. 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 lowest bid in response to the Tender.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 8 of 26

Page 9: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

36. Award of Contract, Acceptance, Commencement / ExecutionThe 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 the L1 (Lowest) Bidder who shall be arrived at based on the total monetary outgo(gross total) as per Annexure-VII.

b. The Successful Tenderer has to convey acceptance of LOI (Letter Of Intent) within 01 day of receipt of letter of intent.

c. The Tenderer has to commence the job immediately after acceptance of LOI.

37. Forfeiture of EMD conditionsEMD 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.

38. 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.

39. Errant BiddersIn 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.

40. Black listing conditionsThe party shall be black listed from participating in any AIL tenders for next six years in casea. Adopts fraudulent practices as cited above in clause 38 and against errant bidders as

specified in clause 39.b. Withdraws after the award of the contract / LOI and fails to commence within the specified

stipulated period and perform the contractual obligations during the execution of transportation requirement.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 9 of 26

Page 10: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

41. Price Bid ValidityThe price bid offered by the party shall be valid for 180 days from the date of technical bid opening. Any bid whose validity is less than 180 days shall be summarily rejected and such Tenderer shall not take further part in the tender process.

The bidders are requested to ensure submission of their bids in accordance with clause 28 to reach the address stated therein by the tender due date & time.

Bidders are requested to confirm their participation by email to the email address provided in clause 10 and 14(d).

Thanking you,

Yours faithfully,

Executive Director-MMFor Air India Ltd.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 10 of 26

Page 11: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

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. ExclusionsAny new tax as per Government laws as and when made effective after the due date of the tender.

iii. Validity& Extension:Rates finalized and agreed shall remain firm during the execution of transportation of aircraft engine to Nagpur. No request shall be entertained for increase of rates during the validity of the Contract and extensions.

2. Security Deposit / Performance Bank Guaranteea. The successful Tenderer, on award of LOI / Contract, shall deposit, and continue to

maintain for the entire period of one month from the date of completion of the transportation, a sum equivalent to 5% of the 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 01 month.

f. In case of Bank guarantee the validity shall be for a period of one month from the date of completion of transportation. The same shall be returned after successful completion of the transportation and on fulfilling of all Contractual obligations after the claim period of one month.

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.

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 01 working days of receipt of LOI and commence execution of job immediately.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 11 of 26

Page 12: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

b. The successful tenderer must deploy at its own cost the supervisor/staff to ensure that the aircraft engine is placed on the right pallet at the time of export.

c. He shall ensure placement of sufficient staff at the Cargo Complex to ensure smooth clearance of the GE 90 aircraft engine shipment.

4. During the currency of the transportation, the service provider shall not sub contract the job and the contract is not transferable / assignable.

5. Indemnificationa. The successful tenderer shall indemnify AIL against any claims arising out of damage

to the aircraft engine / mishandling or acts and deeds on the part of service provider’s personnel deployed for the work..

b. In the event, AIL pays or is made responsible to pay the compensation for / towards non-compliance 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. The Tenderer shall indemnify against any clauses elsewhere as referred to in this tender document which specifies so.

d. The successful tenderer shall indemnify AIL against any claims arising out of the above stated clause.

6. Claims for Damagea. For any damage to GE90 Engine during it’s movement on Airport to Airport basis, the

service provider shall file a claim towards recovering of charges toward damage with the Airline/ chartered operator. In case the transportation is handled directly by the service provider( airline/chartered operator), they should file a claim with their insurers.

b. AIL shall promptly notify the Tenderer of any claims / deficiency on the part of the Tenderer arising under / out of the transportation assignment.

7. Compliance of Security regulationsa. The successful tenderer shall obtain the requisite approval from regulatory authority of

the concerned airport and Bureau of Civil Aviation Security (BCAS), DGCA ,Government of India etc. for landing rights at Mumbai/ Nagpur airport, entry permits for their operating crew/cabin crew, ground staff etc. before commencement of the work, as made mandatory.

b. The successful tenderer shall ensure compliance and shall be solely responsible for all the safety and security regulations of AIL, BCAS, Airport Authority of India or any other agency associated with airports activity are strictly adhered to and complied with by personnel deployed by the successful tenderer.

c. The successful tenderer shall also be responsible for getting all necessary clearances, if any, from Govt. Agencies / Legal Authorities including Airports Authority of India and

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 12 of 26

Page 13: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

BCAS or Customs from time to time, with regards the provisions of services.

d. 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.

8. Payment:Payment will be made within 30 days of completion of job and receipt of Invoice whichever is later. Your invoice in original along with duly receipted copy of way bill should be submitted to the office of Air Unit & Despatch Section, Air India Limited, Medicon Bhavan, NIPTC, Sahar. for certification for payment by our Finance Department.

9. Termination of Agreement:-

a. In case of unsatisfactory performance or breach of any of the clauses of the contract, AIL would issue a notice of 30 days to the service provider to rectify the breach and improve the performance failing which AIL shall be at liberty to terminate the agreement by providing 30 days written notice to the service provider. The service provider shall not have any right to dispute or question the judgment of AIL of unsatisfactory performance of the service provider.

b. Notwithstanding the above, AIL shall also be at liberty to terminate the agreement for any reason including change in the situation / circumstances, etc. by providing the service pro-vider a 30 days written notice.

c. The Successful Bidder shall have a right to terminate this transportation assignment after giving a 30 days’ advance notice to AIL, of its reasons for termination. In such an event, the terminated party shall have no right to claim compensation / damages etc. from AIL on account of early termination. During this period of one month, AIL and the Successful Bidder, may initiate discussions for purpose of resolution of the said reasons. In the event a resolution is achieved by AIL and the Successful Bidder, the transportation assignment shall not be terminated and the Successful Bidder shall ensure to complete the job.

d. The tenderer opting for termination as per clause “ c“ above, will not be eligible to par-ticipate in the immediate next tender or five years whichever is earlier.

10. 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 Executive Director-MM, AIL shall be final and binding.

11. 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 bench of three arbitrators. Each of the Party to the Contract shall select one arbitrator each and the Panel of

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 13 of 26

Page 14: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Scope Forum of Conciliation and Arbitration shall select the third arbitrator who shall act as Chairman / Presiding arbitrator of the Arbitral Tribunal.

The arbitration proceedings shall be carried out in English and the award of the Arbitral Tribunal shall be final & binding on the Parties.

12. 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.

13. Force majeure:Neither party shall be liable for delay in performing obligations or for failure to perform ob-ligations if the delay results from any of the following (whether happening in India or else-where) force majeure, Act of God or any Governmental act, fire, earthquake, explosion, acci-dent, 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 the event giving rise to the delay the parties shall in so far as may be practicable under the cir -cumstance, complete performance of their respective obligations there under.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 14 of 26

Page 15: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Annexure-IV

Functional Terms specific to the contract

1. If the Aircraft Engine booked on a particular freighter / chartered flight cannot be uplifted on the said flight due to following reasons, the service provider should immediately notify AIL providing the requisite details and get the said consignment booked on next First Available Freighter/chartered aircraft.

a) Last minute cancellation of freighter by the Airline/chartered operator.b) Delay in obtaining DGCA permission for operation.c) Delay in getting landing rights for Mumbai(CSI)/ Nagpur airports.d) Any such other issues beyond the control of Airline/chartered operator.

2. After giving call off to the service provider, AIL may at the last minute advise him of cancel-lation of the call off on account of delay in placement of Aircraft Engine at Cargo Complex due to certain operational issues. And in such a case, the service provider shall immediately get the booking cancelled without any monetary loss to AIL on account of the said cancella-tion.

3. Lead Time: The Service Provider shall ensure to get all the formalities including necessary statutory clearances completed within six working days from the date of award of transporta-tion job. He shall ensure transportation in three working days of positioning of the Aircraft Engine at the Cargo Complex or five workings days from the date of call off. In any case he shall ensure to get the consignment uplifted on freighter/chartered aircraft within three working days from the date of its positioning at ACC, Sahar.

4. Penalty: Penalty shall be levied for the delayed delivery @ 0.5% per week subject to a maximum of 10% of the total value of transportation cost of engine to the concerned Nagpur.

5. Insurance:GE 90 Propulsors would be covered by AIL’s comprehensive insurance so that no separate insurance cover is required to be obtained by the tenderer.

6. Penalty shall not be applicable if delay is on account of the reasons enumerated in clause (1), as above and also if it is due to operational issues involving AIL. Penalty shall be applicable only if delay is purely due to the reasons attributable to the Service Provider.

7. 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 Ser-vice Provider.

a)

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 15 of 26

Page 16: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Annexure –V

Work scope and Service Requirements for transportation of GE 90 Aircraft Engine:

NATURE OF WORK:

Air India Engineering Services Limited(AIESL), a subsidiary of Air India Limited, shall give a call off for transportation of GE 90 Aircraft Engine to Nagpur. Call off shall be given at least two days in advance before placement of aircraft engine for it’s transportation to Nagpur based upon the freighter/charter operation schedule for the said destination. AIESL shall make necessary arrangement for transportation of Propulsor from Old Airport, Santacruz to Air Cargo Complex(ACC), Sahar.

The Selected bidder shall be totally responsible for providing suitable type of chartered/ freighter aircraft to be positioned at Mumbai Airport which can accommodate the subject shipment.

Bidder has to make necessary arrangement for loading of the propulsar & uplifting the same in the aircraft in Mumbai.

Nagpur Airport is not equipped with the Ground Handling Equipment for offloading of such an ODC Consignment from the aircraft. Air India shall therefore make necessary arrangement for offloading of the aircraft engine from the aircraft at Nagpur Airport.

Bidder shall be fully responsible for obtaining the necessary permissions from the regulatory authorities such as DGCA, Ministry of Civil Aviation, BCAS etc. for scheduling of the Freighter/ Chartered flight as well as for obtaining permissions for Landing & take off of the aircraft at Mumbai & Nagpur airports.

The bidder shall handle necessary Customs Clearance formalities( if required) at Mumbai or obtaining necessary permissions from Customs authorities(if required).

The shortlisted bidder shall be fully responsible for all the logistics activities viz. Acceptance of the Consignment at ACC, Sahar, loading in Mumbai till offloading of aircraft engine from the aircraft at Nagpur & its final handing over to our engineering Team at Nagpur airport.

All the associated costs such as landing, parking of the Freighter/ Chartered aircraft at Mumbai &Nagpur should be inbuilt in you quotation.

Please quote for your earliest Flight Schedule. Bidders can quote for multiple airlines/ chartered airline also. However, each of such quotation (commercial/technical) should be placed in a separate sealed envelope.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 16 of 26

Page 17: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

I . Shipment –Consignor/Consignee Details

CONSIGNOR DIRECTOR OF MATERIAL MANAGEMENT DEPT.AIR INDIASANTACRUZ (E), MUMBAI- 400029

CONSIGNEE AIR INDIA LTD. ,ENGINE MRO,HANGER 1, BAY, GROUND FLOORMIHAN- SEZ, NEAR KHAPRIRAILWAY STATION-440018NAGPUR, INDIA

II. Item Details ( Break-up of packages)

QTY

PN# SN# DESCRIPTION Unit Rates(USD)

Country of Origin

TOTAL VALUE(USD)

01 GE90-115B 906634 PROPULSORASSEMBLY 19,871,417.30 US 19,871,417.30

01 9C6025P03 195 SHIP STAND 20,000.00US

20,000.00

01 9C1376G01 NSN FAN DISK PROTECTOR

6,000.00US

6,000.00

01 9C6015P09 140 FAN STATOR SHIP STAND/WITH FAN CASE

4,036,669.21US

4,036,669.21

01 9C6028P01 NSN FAN BLADE CONTAINER

22,300,000.00US

22,300,000.00

01 9C6031P01 01 SPLIT ENGINE COMPONENT CONTAINER

2,000,000.00US

2,000,000.00

01 9C1104P04 42 ENGINE BAG 3,500.00US

3,500.00

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 17 of 26

Page 18: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

01 9C1290P03 NSN FAN STATOR BAG

3,000.00US

3,000.00

01 NPN NSN WOOD CRATE/ PRIMARY NOZZLE

1,000.00US

1,000.00

01 NPN NSN WOOD CRATE/ FORWARD CENTERBODY

1,000.00US

1,000.00

01 NPN NSN WOOD CRATE/ AFT CENTERBODY

1,000.00US

1,000.00

Total Value of Shipment : USD 48,243,586.51

III. Shipment Package Details:

Sr. No. Type of container Quantity Dimensions( Inches)(L x W x H)

Weight (lbs)

1 Propulsors with stand 01 225 x 102 x 105 26433

2 Split Engine Container 01 128 x 88 x 62 3000

3 Fan Blade Container 01 96 x 96 x 62 3500

4 Fan Stator Dolly 01 139 x 137 x96 11500

5 Wood crate/Primary Nozzle 01 77 x 77 x 33 481

6 Wood Crate/FWD Centerbody 01 52 x 52 x 52 179

7 Wood Crate Aft Centerbody 01 45 x 45 x 55 250

Total Weight (Lbs) 45,343.00

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 18 of 26

Page 19: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Annexure – VI

Technical Bid Tender Form(A)

A. Bidder’s Details

1. Name of ContractTransportation of GE 90 Aircraft Engine from Mumbai Airport to

Nagpur Airport.2. Name of the Company/Establishment  3. Full Address of Registered Office  4. Telephone No./ Mobile No.  5. Email id6. Fax No.  7. Name of Contact Person  

B. Bidder’s Response( Shall be considered for evaluation of technical Bid as per TBEC mentioned in Annexure-I)

Sr. No.

Parameter Points Party’s Response

(Y/N)

1

The service provider shall be a limited Company registered under Indian Companies Act, 1956 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.

1

2The Service provider must be an IATA Accredited Cargo Agent ( for freight forwarders) or IATA Member (For Airline). 1

3

The Service provider must be in the business of Aircraft Engine Transportation or similar transportation of heavy aircraft parts or other Odd Dimension Equipment weighing more than 10 Ton by air atleast for past two years (from April, 2014 onwards). To have provided similar type of services for atleast past two years and capable of providing the said services mentioned in Annexure V.

More than two years 31-2 year 2

6 months- 01 year 1Less than 6 months 0

4

The Service provider must be in the air cargo business for past three years( From April, 2013 onwards)

More than 3 years 22-3 years 1

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 19 of 26

Page 20: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Less than 2 years 0

5

Party must have a minimum Annual turnover of Rs. Two Crore in each of the last two financial years i.e., 2014-2015 and 2015-2016 (A copy of audited balance sheet and P&L A / c, duly signed & stamped / sealed by the Proprietor / Director / authorized signatory shall be enclosed or auditors/chartered accountant’s certificate to that effect as a proof of above). Points shall be worked out for each year based on the applicable turnover slab. These points shall then be averaged out to arrive at final evaluation. Viz.(Points for year 1 + points for year 2) / 2 .If a bidder provides turnover details of only one year, points corresponding to the remaining year shall be”0” & therefore points corresponding to only one year’s turnover based on the appropriate slab as given below shall be worked out. These points shall be divided by two and the resultant figure shall be carried forward for final evaluation. Viz. ( points for year 1 + 0 )/2.

More than Rs. Two Crore 2Rs. 1-2 Crore 1

Less than 1 Crore 0

6The tenderer must have PAN No. & Service-Tax registration No., at the time of tender application. ( Even if either PAN or ST No. is not available, qualifying points for this parameter shall be “0”)

1

C. Submission of supportive documents/ requirements.

i) Earnest Money Deposit Details:

     Amount Name of Bank Demand Draft No. & Date   Rs. 1,20,000 /-       

ii) IT Returns for the Financial Years 2014-2015 and 2015-2016 Yes/Noiii) Tender document signed, stamped and duly completed in all aspects. Yes/Noiv) Annual Turnover for previous Financial Years (2014-15 and 2015-16):  Rs________

(in Cores)v) Copy of Balance Sheet and P&L Account for the Financial Year (2014-15 and 2015-

16) duly signed by Proprietor/Director enclosed   : YES / NOvi) Has any Director/Partner/Proprietor been convicted any time by court of law?

YES/NO (If yes, give details).vii) Has your company been Blacklisted by any agency of the airport or elsewhere?

YES/NO (If yes, give details) viii) Details of  Transportation of Engines or aircraft parts or similar consignments

weighing more than 10 Tons by air during last 2 years (A separate sheet may be enclosed for these details together with a copy of contract/ Airway Bills/invoices of clients)

S. No.

Name Of Contract

Name & Address  of Company

Period of Contract (From…to….)

Annual Value Of Contract

I        II        

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 20 of 26

Page 21: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

III         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. 

UNDERTAKINGS : (To be agreed and signed by the tenderer)

i. 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 / Income Tax Act etc.) shall be produced for verification/checking of AIL or to third party authorized by AIL / Law abiding agencies of Govt. of India.

I have carefully gone through and have understood and hereby agree to abide by all the General Terms & Conditions, Work scope and Specifications governing the tender.

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.

All the pages of the Technical Bid are signed and any overwriting are signed .

Date: ___________     Signature_______________________________  

Place: ___________      Name & Designation: - ___________________      

Co. Name & Seal: ________________________

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 21 of 26

Page 22: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

CHECK LIST: Following Documents must be attached with Technical Bid (Annexure-VI A)

  Yes No Pg.No.

1. EMD Rs. 1,20,000/-  (DD/Pay order)                                  2. Self-Attested copies of:-    

A) Certificate of Incorporation    B) PAN No.     C) Service Tax Registration    D) IATA Accredited Cargo Agent or IATA Member certificationE) IT Returns for the financial years 2014-15 and 2015-16F) Original copy of Authorized Signatories

3. Copy of audited Balance Sheet and P&L for the financial years 2014-15 and 2015-16 duly signed by Proprietor/Director    

4. Copies of Contracts/AWBs/invoices depicting the 3 years’ experience in air cargo business, duly certified by the bidder/self-attested    

5.Copies of Contracts/AWBs/invoices for  Transportation of Engines or aircraft parts or similar consignments weighing more than 10 Tons by air during last 2 years

   

6. Company Profile            

7 List of other Airlines/customers where similar services are provided currently with Tel. No. & contact person

8. Tender document duly signed, stamped and completed in all aspects (pages 1 – 28)    

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 22 of 26

Page 23: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Technical Bid Tender Form (B)

Sr. No.

CONSIGNEEFor GE 90 Aircraft Engine

Mode of shipment

Airline quoted for

Flight No. & Date

Flight Route

1. AIR INDIA LTD. ,ENGINE MRO,HANGER 1, BAY, GROUND FLOORMIHAN- SEZ, NEAR KHAPRIRAILWAY STATION-440018NAGPUR, INDIA

FOB, Nagpur

Note: If due to any reasons the Airline/ schedule/ Routing/Flight no. changes at the time of execution of the job due to last minute changes or due to delay in approvals from government agencies/departments or due to change in schedule by airline/ chartered operator, the service provider shall advise Air India well in advance about these changes.

He shall make alternate arrangements for uplifting aircraft engine on other airline/chartered operator in such a situation exactly as per the contractual rates & terms and conditions.

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 23 of 26

Page 24: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Annexure-VIIPrice Bid Format:

(1) Destination: Nagpur Airport :

1. Name of the Contract Transportation of GE 90 Aircraft Engine from Mumbai Airport to Nagpur Airport

2. Weight of the Aircraft Engine with stand and all components

 45,343.00 Lbs

3. Mode of shipment FOB Nagpur

Sr. No. Particulars Rate(Rs.)

Chargeable Weight of the Aircraft Engine

1 Air Freight (From Mumbai to Nagpur)

2 Fuel Surcharge(FSC)

3 Security Charges(SC)

4 X RAY /Screening Charges

5 Misc. Charges

6 Carting Charges

7 AWB Charges

8 PCA

9 DG FEE

10 IAAI/MIAL Gate Pass Charges

11 Clearance Charges(Mumbai)

12 AMS Charges

13 Service Tax (or Any other Charges)

GROSS TOTAL (Rs.)

GROSS TOTAL IN WORDS ( RUPEES)

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 24 of 26

Page 25: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Undertaking :

I have carefully gone through and have understood and hereby agree to all the General Terms & Con-ditions, Work scope & specifications governing the tender.

This is to undertake that the Gross Total for Nagpur as above includes all the costs associated with the subject transportation & there are no other forbidden costs involved.

I hereby confirm that I am authorized to Sign the tender Documents and this financial bid is valid up to 31.05.2017.

Place:__________ Sign : _________________Date: __________ Name: _________________

Designation: _________________Co. Name & Seal: _________________

I /We agree to comply with all terms and conditions Signature and Stamp of Bidder Page 25 of 26

Page 26: mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/TENDER243.docx  · Web viewPrice changes through any other mode shall render the offer liable for rejection and if indicated with

Materials Management Dept.Old Airport, Kalina

Santacruz(E), Mumbai-400 029Tender Ref: MMD/ACDU/TENDER/243 Date: 17/01/2017

Annexure- VIII

BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY

ToExecutive Director ‐ MMAir 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 fur-nish 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 26 of 26


Recommended