+ All Categories
Home > Documents > TECHNICAL BID FORM – PART A - mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/Tender.lease...

TECHNICAL BID FORM – PART A - mmd.airindia.co.inmmd.airindia.co.in/aimmd/tender/Tender.lease...

Date post: 31-Aug-2018
Category:
Upload: hoangkien
View: 213 times
Download: 0 times
Share this document with a friend
54
Materials Management Department Air India Limited IGI Airport, Terminal -1B, New Delhi –110037. Ph: 011-25653654, website : http: // www.airindia.in NOTICE INVITING TENDER Tender No. /date DSD/2016/MT-01, Dated:15.02.2016, Due on: 09.3.2016 Tender For Hiring of Brand New A.C. Cars on Operating Lease for Four Years. Estimated value Rs. 2.5 Crores per annum For further details and for downloading of Tender documents, please visit ‘AIL’ Website: http://www.airindia.in. Clarifications / amendments (if any) shall be hosted only on ‘AIL’ website 07 days prior to opening of the tender and no separate intimation shall be published in the newspapers. s/d Executive Director (C.A.)
Transcript

Materials Management DepartmentAir India Limited

IGI Airport, Terminal -1B, New Delhi –110037.Ph: 011-25653654, website : http: // www.airindia.in

NOTICE INVITING TENDER

Tender No. /date DSD/2016/MT-01, Dated:15.02.2016, Due on: 09.3.2016Tender For Hiring of Brand New A.C. Cars on Operating Lease for Four

Years.Estimated value Rs. 2.5 Crores per annumFor further details and for downloading of Tender documents, please visit ‘AIL’ Website: http://www.airindia.in.Clarifications / amendments (if any) shall be hosted only on ‘AIL’ website 07 days prior to opening of the tender and no separate intimation shall be published in the newspapers.

s/d Executive Director (C.A.)

Materials Management DepartmentAir India Limited

IGI Airport, Terminal -1B, New Delhi – 110037.Ph: 011-25653654, website : http: // www.airindia.in

TENDER SCHEDULE1 Name of Work Hiring of Brand New A.C. Cars on “Operating

Lease” for Four Years.2 Tender No. / Date DSD/2016/MT-01, Dated:15.02.2016,3 Estimated Cost of Work Rs.2.5 Crores appx. per year4 Tender Fee Rs. 3,000/- (Non-Refundable.) (Tender fee is

inclusive of Service Tax)5 Earnest Money Deposit Rs.2,00,000/- in the form of Demand Draft in

favour of “Air India Limited” payable at New Delhi.6 Delivery/execution Time 30 days from the date of PO.7 Date & Time for Pre-bid meeting 1400 hrs. on 26.02.20168 Venue for Pre-bid meeting In the office of Sr. AGM (GS), Air India GSD

Building, IGI Airport, Terminal II, New Delhi – 110037.

9 Last Date & time for Till 15.00 Hrs on 09.3.2016.submission of Bids

10 Opening of Technical bids Till 15.00 Hrs on 09.3.2016.11 Opening of Price bids Applicable only for Technically qualified bidders.

Separate intimation shall be sent to the qualified bidders only.

TENDER DETAILS

Tender No. DSD/2016/MT-01, Dated:15.02.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. Cars on “Operating Lease” for Four Years.

“Air India Limited”, here after called as “AIL” invites sealed / closed Tenders under two bid system i.e. Technical Bid – Part A and Price Bid- Part B for the subject Services as per Tender documents.

1. Tender Document comprises the following:

SN Description AnnexureI General Terms & Conditions Annexure-Iii Eligibility Criteria for the Bidders Annexure-IIiii Requirement of Cars and Scope of Work Annexure-IIIiv Technical Bid Form Part-A Annexure-IVv Performa for letter of unconditional acceptance of the Terms

and conditions of the TenderAnnexure-V

vi Non-disclosure agreement from the bidder Annexure-VIvii Format for Integrity Pact Annexure-VIIviii Format for Authorization letter for attending bid opening Annexure-VIIIix Certificate for NO COST Repairing Annexure-IXx Certificate for repair / maintenance addresses Annexure-Xxi Price Bid Form Part B Annexure-XI

The tender document can be downloaded from “AIL” website : www.airindia.in .

2. Important Points to be noted:i Availability of Tender Documents Tenders may be downloaded from ‘AI’ Website :

http://www.airindia.inIi Tender Fee Rs.3,000.00 ( Non-refundable )iii EMD Rs. 2.00 Lakh3. Tender Fee :

Tender Fee of Rs.3,000/- ( Non-refundable) in the form of DD/pay order favoring “Air India Limited”, payable at New Delhi should be enclosed together with the Technical Bid Form Part A. Tenders without Tender Fee shall be rejected.

4 Earnest Money Deposit :“EMD” DD of Rs. 2,00,000/- (Rupees Two Lakh Only) favouring “Air India Limited”, payable at New Delhi should be enclosed together with the Technical Bid-Part A. Tenders without EMD shall be rejected unless exemption certificate as mentioned in the Tender is enclosed.

Page 25 Contact for clarifications regarding Tender :i For Technical clarifications , requirement, Scope of work, please contact

Mr. Joseph John ,Sr. Asstt. General Manager (GH),Ground Handling Department (Northern Region).G.S.D Complex,IGI Airport, Terminal -2, New Delhi – 110 037.Email: [email protected],Ph. No. 011- 25652012

ii For General Terms and conditions, please contacta Mr. Kunver Singh

Asstt. General Manager (MM),Materials Management Department , JEOC, New Avionic Complex.IGI Airport, Terminal -2, New Delhi – 110 037.Email:[email protected] , Phone No. 011-25653654.

b Mr Pardeep SyalAsstt. General Manager(Fin),Finance Department,Northern Region,IGI Airport, Terminal -1, New Delhi – 110 037.Email : [email protected] , Phone; 011-25672815.

6 How to submit tenders :Tenders are invited in Two Bid system. Therefore, tender(s) be sealed /closed in separate envelopes containing and super scribing as under :

(i) Technical Bid Envelope-I ( sealed/closed) :Shall contain duly filled "Technical Bid-Part A, “Tender Fee" DD, “EMD” DD together with required documents as per Technical Bid Form and shall be super scribed with Technical Bid / Tender No : DSD/2016/MT-01, Dated : 15.02.2016, Due Date: 09.3.2016.

(ii) Price Bid Envelope-II( sealed/closed) :Shall contain duly filled Price Bid-Part B and be super scribed with Price Bid / Tender No: DSD/2016/MT-01, Dated : 15.2.2016.

(iii) Master Envelope-III ( sealed/ closed) –Both the above ( sealed / closed) envelopes(I&II) be put in third envelope which should also be securely sealed/closed and be super scribed with "Quotations for Tender No. DSD/2016/MT-01, Dated : 15.2.2016, Due Date: 09.3.2016. Bidders name and address to be written at one of the corners of this envelope.

(iv) Submission of Tenders ;Tenders should be addressed to General Manager (Materials Management) NR, Air India Limited, New Delhi-110037 and  be dropped in the Tender box kept at the following address : Local Purchase Section, Materials Management Department (Old Chefair Building).

Air India Limited, I.G.I. Airport, Terminal-IB, New Delhi-110037.

7 Tenderers who wish to attend Tender opening may do so OR send their representative with authorization letter on their company letter head as per Annexure-VIII duly signed by their authorized signatory for presenting the same to the Tender Committee at the time of opening of the Tender at above address, time and date.

8 “AIL” reserves the right to reject any Tender in part OR full OR annul the whole Tender process without assigning any reason. S/d Executive Director (C.A.)

Annexure-ITender No. DSD/2016/MT-01, Dated: 15.02.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. Cars on “Operating Lease” for Four Years.

General Terms and conditions1 Abbreviations used :

‘AIL’ as used in the Tender document means “Air India Ltd ”.‘EMD’ means “Earnest Money Deposit”.‘SD’ means “Security Deposit” for performance of services rendered during contract period in the form of BG.‘BG’ means “Bank Guarantee” for 5% contract value towards ‘PBG’ & obtained from a Scheduled/ Nationalized Bank, valid for contract period plus three months more time.‘DD’ means “Demand Draft” for EMD‘Agreement’ means signing of terms & conditions for the Service Contract for hiring of Cars on ‘Operating Lease’ basis, signed between ‘AIL’ (Lessee) and the successful Bidder/Service Provider (Lessor).

2 The “Tenderer” / “Bidder” and /or “Party”/ “Agency”/ “Service Provider”/ “Lessor” as used in the Tender document, shall mean the one who has signed the Tender Form and submitted the quotation in response to the Tender.

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

i A "Sole Proprietor" of the firm or constituted attorney of such sole proprietor.ii Constituted attorney of the firm, if it is a Company.iii Authorised Signatory of the Firm.

4 The Technical Bids shall be evaluated on the basis of details and documents provided by the Bidders in Envelope (i) containing DD for Tender Fee, EMD, Check List, documents in support of Eligibility Criteria.

5 The Price Bids of only Technically qualified Bidders shall be opened at a later date for which separate information shall be sent to such parties. No intimation shall be sent to Technically disqualified parties.

6 During technical evaluation process, No correspondence / communication shall be entertained on the status of the bids.

7 Offers should be valid for consideration of ‘AIL’ for a period of 60 days from the date of opening of the Financial Bid Part B.

8 Tenders should be filled in prescribed forms duly signed and stamped. All prices be clearly written/typed both in words and figures without any overwriting. Overwriting, if any, should be counter signed by the Tenderer. In case of any discrepancy, the amount written in words shall be considered as final for the purpose of evaluation of the Price Bid.

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

Page 2 /Annexure-I10 Bids should be unconditional. In case of any condition, the Bid shall be treated as

disqualified and shall be rejected.

11 The Tender and resultant Contract is confidential and anything contained in this document shall not be disclosed in any manner, whatsoever. The undue publicity of same by the Bidder of confidential process related to the Tender may result in the rejection of their Bid /Contract.

12 Bids prepared by the Tenderer shall contain all requisite information along with self-attested supporting documents as per details in Technical Bid –Part A.

13 Undertakings by the Selected Bidder :( Applicable to the bidder Or outsourced service provider , in case of MT Drivers)

a All the provisions of the Contract Labour (Regulation and Abolition) Act 1970 and rules made there under shall be complied with, if the same are applicable to the successful Tenderer. In particular, if the said Act is applicable to the successful Tenderer, he/she shall obtain the required licenses under the Contract Labour (Regulation & Abolition) Act 1970 from the concerned Labour Authorities within 30 days of obtaining LOI/ Agreement as the case may be at his own cost and initiative and deposit a copy with “AIL” at the time of commencement of the work. Necessary Form-V shall be furnished by “AIL” on request from the Service Provider.

B The Tenderer must give an undertaking that all the registrations under statutory provisions such as Provident Fund Act / ESI Act/ Bombay welfare labour act etc as applicable to the manpower shall be obtained , if applicable at the initiative and at the cost of the bidder.

C The Tenderer must give an undertaking that all the requisite, registrations and licenses under all the applicable local state and central taxes and laws and to be specified separately under each applicable Tax/law/Act (i.e. Sales Tax / Service Tax/ Income Tax Act / Shop & Establishment Act etc.) shall be produced for verification/checking of “Air India Limited” or to a third party authorized by ‘AIL’ / Agencies of Govt. of India.

D The Tenderer would also provide an undertaking that on the spot checks can be conducted by “AIL” / third party authorized by “AIL”, anytime for verification of antecedents/ credentials and shortcomings are to be overcome which shall be penalized by “AIL” .

e Execution of Contract. :The tenderer must give an undertaking that the Vehicles/ Drivers shall be provided as per the Work Scope of the Tender, within 30 days from the date of acceptance of the PO/ agreement .

f Prequalification Criteria:The Technical qualification of Tenderer and award of Work would be subject to compliance of the Eligibility Criteria, Terms and conditions & Undertakings as specified in the Tender and the LOI/ contract would be withdrawn, if these requirements are not fulfilled.

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

15 Tender documents sent through Post or Courier will be at the risk of the Tenderer and ‘AIL’ will not be responsible for any loss OR non-receipt OR late receipt of the Tender documents. Tenders received after due date / time will not be entertained / considered. If Tender Closing / Opening date is declared a Holiday by Delhi Office of ‘AIL’, the Last date for submission / Opening date will automatically stand extended to 15:00 Hours of the next working date.

16 Tenderers shall give the official mailing Address, email and Phone numbers to which all correspondences shall be sent by ‘AIL’. Also if address is changed, the same shall be intimated to ‘AIL’ immediately.

17 When deemed necessary, “AIL” may seek clarifications on any aspect from the Tenderer.

Page 3 /Annexure-I18 “AIL” reserves the right to accept OR reject any/ OR all bids partially and in full OR

annul the Tender process and reject any OR all the bids at any time prior to the award of Contract without incurring any liability to the affected Bidder(s)/Tenderer(s) OR without any obligation to inform the affected Bidder(S)/Tenderer (s) on the grounds of such annulment/rejection.

19 Amendments and clarifications ;i Amendments to this Tender, if any, will be hosted on ‘AIL’ Website: www.airindia.in

ONLY and “AIL” will not intimate the Tenderers individually of the same. The Tenderers are, therefore, advised to visit ‘AIL’ website regularly till the date of closing of the Tender.

Ii In case, if there is a change in Work-Scope OR Terms & Conditions after release of the Tender but before its due date, an amendment shall be issued & hosted on ‘AIL’ website. In this case, the due date shall be extended by 07 days. In this case, the Tenderers who have submitted their bids earlier to the amendment shall have an option to re-submit their bids, if they choose to do so but before the due date only.

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

21 Subcontracting :i The Tenderer/Bidder shall not sub-contract the Work or any part thereof for providing

Leased Cars to any other person, concern, firm or company. However, MT drivers can be provided through out sourced agency and repair/ maintenance of Cars shall be through designated workshops as detailed in the bid response.

Ii Sub-contracting without the approval of “AIL” may lead termination of the Contract with immediate effect without any liability on “AIL” and also without prejudice to any other rights which “AIL” may have against the Tenderer/Bidder under the Contract.

Iii In case of Drivers, if the selected bidder has to outsource the drivers to any other company, it has to be declared in the Technical bid.

22 Claims for Damage :a The selected bidder/agency shall be solely responsible for the acts and deeds of

drivers deployed by him / her/ by contracted Co. for AIL duty. “AIL” will, in no way, be responsible for violation of any rules / regulations / instructions of Motor Vehicle Act/ concerned Govt. agency and /or for any loss or damage caused by the drivers to any employee of “AIL” and /or to third party and any such loss or damage shall have to be compensated / borne by the selected bidder / driver.

B “AIL” shall promptly notify the selected bidder/ agency of any claims / deficiency on the part of the driver/ selected bidder arising under /out of the Contract.

C In case the selected bidder, having been notified by “ÄIL”, fails to take remedial action within the stipulated time, “AIL” may take a remedial action at the “risk & cost” of the selected bidder. In this case, and in case of repeat default by the selected bidder, “AIL” may terminate the Contract without prejudice to any other rights which “AIL” may have on the selected bidder under the Contract.

23 Supervision and monitoring of drivers and maintenance schedule of the Cars :Supervision of drivers and monitoring and implementing of maintenance schedules of the Cars, shall be the responsibility of the selected bidder. Therefore, Tenderer must have a provision for monitoring and effective management of the contract without any extra cost to ‘AIL’.

24 Award of Contract, Acceptance, Signing of agreement / CommencementThe award of Contract shall be subject to fulfilment (in addition to eligibility criteria and the Undertakings) of following conditions by the Selected bidder :

i The selected bidder has to convey acceptance of PO within 7 days of date of the PO.Ii The selected bidder has to execute an agreement of terms & conditions of the

Contract on a Rs.100/- non judicial Stamp Paper with “AIL” within 30 days of his acceptance of the PO.

Page 4 /Annexure-Iiii The selected bidder shall deploy leased Cars /drivers within 30 days from the date of

acceptance of the PO/ agreement OR as specified in the PO.

25 Exit Clause / Termination of the ContractThe Contract may be terminated under the following circumstances

i “AIL” may at any time terminate the Contract with immediate effect by giving written notice to the selected bidder, if the selected bidder becomes bankrupt OR otherwise insolvent, provided that such termination will not prejudice OR affect any right of action OR remedy which has accrued OR will accrue thereafter to “AIL”. In this case, no compensation shall be made available to the Selected Bidder.

Ii In case of unsatisfactory performance OR breach of any of the clauses of the Contract, “AIL” shall issue a written notice of 30 days to the selected bidder to rectify the breach and improve the performance failing which “AIL” shall be at liberty to terminate the Contract without any further notice to the selected bidder. The selected bidder shall not have any right to dispute or question the judgment of “AIL” on its unsatisfactory performance.

Iii Change of circumstances / operations etc:In case of change in circumstances /operations etc, “AIL” shall have the right to terminate the Contract by serving a 90 days written notice to the selected Bidder. In this case, foreclosure clause shall apply.

Iv The successful Tenderer shall also be at liberty to terminate the Contract by providing to “AIL” a 90 days written notice. However, the Bidder shall comply with all the contractual obligations during the notice period and thereafter, shall discharge the obligations arising out of the agreement till the termination. In this case, foreclosure clause shall not apply and the selected bidder shall not have any right to claim the damages what so ever.

V On termination/ completion of the Contract, selected bidder shall arrange change of R.C’s of the Cars for removing of ownership of “Air India Ltd” at his own initiative & cost within 30 to 45 days of termination / completion failing which SD shall not be refunded. However, in case on any delay in change of ownership, the selected bidder shall indemnify AIL for same and the responsibility of any accident/ incident involving the Cars during this period shall be of the selected bidder.

Vi The selected bidder who defies exit clause will however, not be allowed to participate in the immediate next TWO tenders floated for the same/similar jobs.

26 REJECTION OF BIDS (Technical Bid & Price Bid):i The Technical & Price Bids received in response to this Tender will be rejected

forthwith without evaluation of the Tender response on the following grounds :ii If the Technical Bid and / or the Price Bid has been received after due date and time.Iii If only the Technical Bid has been received and the Price Bid has not been received,

and vice versa.Iv If the Technical Bid and / or the Price Bid have been received by fax or email.V If the Technical Bid and / or the Price Bid have been received unsigned.Vi If the Technical Bid and / or the Price Bid have been received in an open condition.Vii If the Technical Bid has been received without Tender Fee.Viii If the Technical Bid has been received without EMD OR if the EMD is lesser than the

amount specified OR if the EMD has been submitted in a mode other than as specified in the Tender.

Ix Tenders not accompanying required information and documents are liable to be rejected. However, AIL reserves a right to call any information / documents if so required subsequently.

X Bids from competitor Airlines or its subsidiaries are not invited and if received, shall be rejected.

Xi Conditional bids (Technical/ Price bid) would not be accepted and shall be rejected.Xii Bids not filled in the manner and as per formats, shall be rejected.Xiii Bids not fulfilling the pre-qualification criteria as specified in the tender,shall be

rejected during Technical evaluation.

Page 5 /Annexure-I27 Evaluation of Bids :i Evaluation of Technical Bids:

The Technical Bids would be evaluated first for compliance of ‘Pre-qualification Criteria’ as specified in the Tender. “AIL” may seek required information, documents etc. at any time from the tenderer as it may consider necessary for the purpose of evaluation of the bids.

Ii Evaluation of Price Bidsa The Price Bids of only Technically suitable Tenderers would be opened on a later

date.B The date and time of opening of the Price Bids would be intimated in advance to only

Technically qualified bidders to participate in the Price Bids opening. The such bidder OR their authorized representative may witness opening of the Price Bids.

28 Queries from the bidders during Evaluation of Bids:During the process of the evaluation of bids, no queries shall be entertained from the bidders with regard to the status of the evaluation.

29 Technically Disqualified Bids:a Price bids of the Technically disqualified bidders would be returned to them after

finalization of the Contract under intimation and against acknowledgement of bidders.b In case, a bidder fails to collect the Price Bid within the stipulated time of 30 days, the

bid shall be shredded in "as is where is" condition after expiry of 30 days time.

30 Extension of closing date / due date/ time of Tender :The date / time for submission of bids and opening of Technical Bids-Part A may be extended at any time, at the sole discretion of “AIL”.

31 Tender Fee :Tender Fee of Rs.3,000/-(Non-refundable) will be applicable. Tender Fee will be payable with Tech Bid in the form of DD issued by a Scheduled / Nationalized Bank favouring “Air India Ltd”, payable at New Delhi. Tender documents can be downloaded from “AIL” website : www.airindia.in.

32 Earnest Money Deposit (EMD) :The Tenderer will furnish along with Technical Bid-Part A, EMD of Rs.200,000/- (Rupees two lakh Only) in the form of DD/Pay order drawn from a Scheduled / Nationalized Bank in favour of “Air India Limited” payable at New Delhi.

i Tenders received without EMD OR lesser amount of EMD OR EMD received in different mode, will be rejected.

ii EMD so deposited shall not carry any interest.iii In case, the successful Tenderer refuses to accept the PO /Contract OR fails to abide

by any terms of the Tender/ fails to commence the work within stipulated time, EMD shall be forfeited.

iv In case of successful Tenderer, EMD can be refunded after receipt of SD.v In case of unsuccessful Tenderers, EMD shall be refunded within a reasonable time

after finalization of the Tender.

33 Security Deposit (SD )i The successful Tenderer, on award of PO/ Contract, shall deposit, and continue to

maintain for the entire period of agreement plus three months more time, a sum equivalent to 5% of the value of Contract as estimated by “AIL”, as SD in the form of ‘BG’ from a Scheduled/Nationalized Bank.

ii The SD has to be deposited at the time of commencement of the contract but positively before submission of 1st Bill.

iii In case, SD is not deposited in time, the bills shall not be processed for payment.iv In case of breach of Contract OR violation of any terms of the Contract, the SD may

be forfeited.v The SD shall not bear any interest, and shall be refunded without interest only on

successful completion of all the contractual obligations.

Page 6 /Annexure-I34 Applicable Rates & Validity:

Rates to be quoted in INR as per the format given in the Price Bid Form Part B only. Any deviation in format OR if rates quoted are conditional, the same shall be out rightly rejected.

i Inclusions:a The rates offered /finalized/agreed by the Tenderer for Cars shall be inclusive of

Capital Cost all Govt. Taxes/ Levies, Insurance, depreciation, cost of Finance, Fleet management cost, supervision / monitoring cost etc.

b The rates for ‘Supervision and Management of MT Drivers’ shall include provision for Name badges, Uniform, id card, cell phone, any other facility to drivers and substitution etc.

c In case, MT Drivers are provided by the Lessor/ Agency, the monthly wages together with statutory payments shall be billed as per minimum wages of State concerned and prepare salary invoice as per Performa attached with Financial bid-Part B which shall be accordingly payable by AIL.

ii Exclusions:a The Service Tax (including education cess) on applicable rates is excluded. This

would be paid, if applicable, together with the monthly bills as applicable from time to time.

b Rate Negotiation:It is not the general practice of “AIL” to carry out ‘Post Tender Opening Negotiations’. Therefore, Tenderers are advised in their own interest to submit their best quotes in response to this Tender. However, “AIL” reserves the right to carry out negotiations after evaluation of Price bids in exceptional cases with the L-1 bidder.

iii Validity of Rates:Once PO is placed by AIL and vehicle is supplied by the Lessor, the rates for such vehicle will not change during the lease period of Four years except for Sales Tax / Service Tax. For subsequent PO’s during contract period, Ex-show room price of vehicle, applicable discount and registration charges may change depending upon the price / discount policy of the manufacture / dealer. However, other management Fee and insurance charges etc shall not change during the contract period.

35 Revision of Rates during contract period.i General:

Once a vehicle is received, no request shall be entertained for increase of rates during the validity of lease period and extensions, if any, under any circumstances except for Service Tax.

ii Due to increase in Govt Taxes/ levy :In case, rate of Service Tax is revised after opening of Tender / issue of contract OR if any new Tax is introduced after starting of the contract, the same shall be payable to the Lessor at new rates.

iii Due to Increase in Minimum wages for Drivers :In case, minimum wages are revised by the respective State Govts, the Lessor will be allowed to claim the increased wages from the effective date by providing a proof for same.

36 Period of Contract / PO :i The contract period will be 04 (four) years from the date of PO. However,

continuity of the contract shall depend upon satisfactory performance of the Lessor which shall be reviewed from time to time. The observations of “AIL” on performance shall be unchallengeable and final.

ii The validity of contract comes to an end IPSO FACTO by efflux of time unless or otherwise renewed / terminated.

37 Period of Lease :Period of operating lease will be Four Years from the date of deployment of Car(s) and 1.0 lakh Kms per car during Four years. In case of excess / less kms, the charges shall be paid / deducted as per rates finalised in the Tender.

Page 7 /Annexure-I38 Payment of Bills:i No advance payment shall be admissible in any case.ii Bills for Leased Car(s)

The selected bidder shall submit bills for monthly lease charges within 07 days of supply of vehicle to the AIL official concerned for payment action. The bills for subsequent months shall be submitted in the first week of every month.

iii Monthly Bills for MT Driver’s Services :iv Bills for MT Driver’s Services for previous month shall be accompanied with logbook

duly signed by the user official / authorised official. Delay in payments on account of wrong billing / incomplete bills / late submission of the bills / incomplete Logbook will be the responsibility of the Lessor/Agency.

v Monthly contributions of P.F. & ESI should be deposited by the Lessor/Agency before its due date but not later than 21st of every month. The Lessor/Agency should maintain record of deduction & deposit of ESI, PF etc for the MT drivers on AIL duty and produce the challans as proof when demanded by AIL failing which such amount on account of said deductions will be withheld every month and will be released only after production of challans.

vi The bills shall be submitted to the Executive concerned using the vehicle.vii The bills shall be certified by the Executive concerned OR by the “AIL” official

authorized by him / her for the purpose and be forwarded to Finance Deptt. for payment action.

viii Duly certified bills shall be paid by Finance Deptt by an a/c payee cheque / ECS clearance within 30 days of the submission of Bills for the undisputed amount.

xi Necessary deductions at source towards applicable Income Tax shall be done as per rules, applicable from time to time.

x On termination of the contract of a vehicle, “AIL” shall stop payment of monthlylease rentals in respect of that vehicle from the date of termination of the contract.

39 Recovery of Sum Due:i Whenever under the contract, any sum is recoverable from the selected Lessor

/Agency, “AIL” shall be entitled to recover such a sum by appropriating in part OR full from the SD already deposited by the Lessor /Agency.

ii In the event of the said SD being insufficient, the balance OR the total amount recoverable, as the case may be, shall be deducted from any sum due to the Lessor/Agency, under this contract. Should this amount also be insufficient to cover the amount recoverable, the Lessor/Agency shall pay to “AIL”, the balance amount, if any, within 30 days of the demand by “AIL”.

iii If any amount due to AIL is so set off from the SD, the Lessor/Agency shall have to make good the said amount of the SD equal to the original value immediately and in any case, not later than 15 days of intimation sent by “AIL”.

40 Indemnification against claims/ damages :a The Lessor/ Agency shall indemnify to “AIL” against any claims, damages, loss or

penalty including costs thereof in case of liability arising out of any accident/ incident involving Car(s)/ MT driver(s) deployed by them.

b “AIL” will not be responsible for any injury sustained by the Lessor/ Agency driver(s) during performance of their duties and also any damage OR compensation due to any dispute between them and its personnel.

c Any expenditure incurred by “AIL” to handle the incident / accident involving the Car driven by the MT driver provided by the Lessor/ Agency, shall be reimbursed by the Lessor/Agency to AIL failing which the same shall be made good from SD/ pending OR future bills of the Lessor/Agency.

41 Indemnification for compliance of Statutory Obligations by the Lessor/ Agency :The Lessor /Agency providing MT Drivers shall indemnify to AIL as under :

Page 8 /Annexure-Ii That they shall discharge its obligations as provided under various applicable statutory

enactments including the Employees Provident Fund & Miscellaneous Provision Act-1952, the Employees State Insurance (ESI Act-1948, the Contract Labour (Regulation & Abolition) Act-1970, the Inter-State Migrant Workman (Regulation of employment & conditions of Service) Act-1979, The Minimum Wages Act-1928, the Payment of Wages Act-1936, the Workmen’s Compensation Act-1923 and other relevant Acts, Rules & Regulations, Instructions etc. issued/ enforced from time to time.

ii That monthly contributions of P.F. & ESI shall be deducted and deposited by them before its due date but not later than 21st of every month failing which they shall be liable for action.

iii That they shall maintain record of deduction & deposit of ESI, PF etc in respect of the MT drivers provided to AIL and produce the challans as proof when demanded by AIL failing which such amount on account of said deductions will be withheld every month and will be released only after production of challans as proof of deposit.

42 Verification of Credentials of MT Drivers :i The Lessor / Agency should ensure verification of character and antecedents of the MT

drivers by Police before deployment, since “AIL” is a “protected industry” and Indian Airports are “protected areas”. Every driver’s photograph, copy of Police verification of character and antecedents and Lessor / Agency’s undertaking shall have to be furnished to the office of the Executive Director (C.A.) / GM (P) AIL for record purpose.

ii The Lessor / Agency shall issue photo identity cards to the MT Drivers deployed on “AIL” duty. The ID shall be shown if and when demanded by “AIL” Security.

43 ‘AIL’ reserves the right to reject any tender in part or full or annul the whole tender process without assigning any reason.

44 Interpretation :In the event of any difference in the interpretation of any of the clauses of the PO / agreement and /or the Tender documents, the clarifications given by the Executive Director (C.A)/ Executive Director (Region)/ General Manager (Pers) “AIL”, shall be final and binding.

45 RelationshipThe relationship shall be on ‘Principal to Principal basis’. Nothing contained shall be construed or interpreted as constituting a partnership agency or joint venture or any association between the parties. Neither party shall have any right, power or authority to enter into any agreement or act in any manner on behalf of the other.

46 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 PO/ Agreement or validity or the breach thereof, which despite best efforts cannot be amicably settled between the parties shall be referred to “SCOPE FORUM OF CONCILIATION AND ARBITRATION-GOVT OF INDIA,NEW DELHI” and the award made in pursuance thereof shall be binding on the parties to the arbitration.

47 JurisdictionThe construction, interpretation, validity and performance of this PO / agreement shall be governed by the laws of India. Any disputes arising out of implementation of the Contract between “AIL” and Lessor / Agency whatsoever shall be subject to the Jurisdiction of New Delhi / Delhi Courts Only.

***********

Annexure-IITender No. DSD/2016/MT-01, Dated:15.02.2016, Due Date : 09.3.2016.Subject: Hiring of Brand New A.C. Cars on “Operating Lease” for Four Years.

Pre- qualification Criteria for the BiddersOffers are invited from experienced and resourceful “Operating Lease Providers ‟ (with complete maintenance and comprehensive insurance) with monthly payment of lease charges.

1 The Tenderer must be an experienced and resourceful “Operating Lease Provider‟ and should not be any competitor Airline OR its subsidiary Company.

2 The Tenderer should be a Leasing Company registered under the Indian Co.’s ACT 1956 OR Indian Companies Act 2013.

3 The Tenderer and the Lessor (selected bidder) must be one Company and shall have full responsibility and obligations as one single entity.

4 The Tenderer must have at least 100 active vehicles in their fleet under ‘Operating Lease Management’ on the day of application of the Tender. Copy of PO / agreement and execution certificate mentioning No. of vehicles from the user to be provided.

5 The Tenderer must have at least Two years’ experience of providing vehicles on operating lease to at least two multinational / Govt. Deptt. / reputed institutions / PSUs of which one order should be of minimum 25 vehicles.Note: Satisfactory performance certificate from at least two companies to be provided where similar leasing contracts are operated by the firm for a period of two years or more including one company where 25 or more vehicles are provided on lease.

6 The Tenderer must be an income tax payee and should furnish PAN Regn No.Note: Self-attested copy(s) of Income Tax Returns for the Financial Years 2012-13, 2013-14, 2014-15, to be provided with Technical Bid-Part A.

7 The Tenderer must have an Average Annual Financial Turnover of Rs.3.0 Crores during last 3 Financial years, ending 31st March i.e. 2012-13, 2013-14, 2014-15.Note :Self-attested copy(s) of Audited Balance Sheets and Profit and Loss Accounts for the Financial Years 2012-13,2013-14,2014-15, must be provided with Technical Bid-Part A.

8 The Tenderer must submit Non-refundable Tender Fee DD of Rs.3,000/- (Rupees Three Thousand Only) with the Technical Bid –Part A.

9 The Tenderer must submit EMD DD of Rs.2.0 Lacs (Rs. Two Lacs Only) with the Technical Bid Form -Part A.

10 The Tenderer must have Sales Tax & Service Tax Registration(s), at the time of application of the Tender. Self attested copies to be provided with the Tech. Bid –Part A.

11 Bidder must quote for all the three requirements i.e. for (i) Leased Cars, (ii) Installation of Sequential CNG Kits with advancer and (iii) MT Driver’s service charge, to qualify the validity of their offers

12 Bidder must ensure to quote for S2,S3,S4 segments viz ( either for Maruti make or / Honda make cars or both the makes) of Cars to qualify the validity of their offers.

13 In case of providing drivers from own Co., the Tenderer must have ESIC and EPF registrations at the time of Tender application.

14 In case, prospective bidder cannot provide drivers from their own Co., they can provide MT Drivers from out sourced reputed Agency by having back to back arrangements. However, the bidder has to disclose the name of the Agency in the Technical Bid Form Part A.

15 The selected bidder(s) will be required to furnish Certificate to undertake cashless repair / maintenance of vehicles (Format enclosed) and would also intimate the details of dealers / workshops who would be providing the said services for each location separately.

Page 2 /Annexure-II16 Important Points for the prospective Bidders:

i NOTE 1: Possession of PAN, Sales Tax and Service Tax Registrations are must at the time of application of Tender.

ii NOTE 2 : Possession of ESIC and PF registrations are must for the Tender / Agency providing MT Drivers.

iii NOTE 3 :Copy(s) of documentary proof as required above must be furnished along with Technical Bid-Part A. Replies such as ‘Applied for’ OR ‘Under Process’ shall not be acceptable under any circumstances.

iv NOTE 4: Competitor Airline OR its subsidiary Companies are not permitted to quote in this Tender. In case, if it is found at any stage that the bidder Co. is an Airline OR its subsidiary Co., their bids shall be rejected and their EMD shall also be forfeited. Any other action as deemed fit, may also be taken. No, representation / appeal in this regard shall be admissible.

17 Evaluation Criteria for Validity of Bids :i The prospective bidder must quote rates as per prescribed formats for all the three

requirements i.e. for a,b &c below.a For Leasing of vehicles with fleet management services. (Must)b For Capital cost for Installation of sequential CNG Kit with advancer. (Must)c For Service charges for providing MT Drivers on requirement basis. (Must)ii Bids of the bidders, not quoting for all the above three services shall be rejected.iii Bidders must also ensure to quote for all the segments S2,S3,S4 (either for Maruti make

or for Honda make cars or for both the makes) failing which bids shall be rejected.

18 Cost contents:i Total rentals will comprise of Basic Lease Rentals (BLR).

BLR = { (Cost of asset x PTPM)/1000 + Execution Cost.}For arriving at the net cost of asset to “AIL”, bidders shall indicate the discount offered by the dealer on the ex-showroom price of the Vehicle.

ii Execution CostExecution Cost will include maintenance cost, comprehensive insurance charges, road side assistance, fleet management fees, accident depreciation waiver, road tax rental, cost of any other services, etc. provided by the Lessor and shall be payable on monthly basis.

iii Calculation of Average Lease Rentals for 48 months will be calculated as under :Average lease rentals shall be calculated for required Cars for 48 months/1,00,000 kms.

a The value of contract for 48 months/100,000 Kms each Car is ‘V’ (say).

b Value of contract with Excess mileage charges (Excess Kms x Rate Rs. per Km.)i For evaluation purpose, the upper limit of excess Kms is taken 12000 Kms each Car

during the contract period of 48 months. However, the payment for excess Kms will be made on actual Kms run at the end of the contract at rates as finalised in the tender.

ii The value of contract after consideration of excess Km charges is say ‘W’.

c Value of Less mileage discount ( Less mileage x Rate Rs. per Km) :i For evaluation purpose the less mileage is taken 12000 kms each Car during contract

period of 48 months. However, the discount for short kms shall be calculated on actual short Kms at the end of the contract at rates finalised in the tender.

ii The value of contract after consideration of less mileage discount charges is say ‘X’.

d Formula for Average Lease Rentals (contract value ) for 48 monthsFor the purpose of working out Total Average Lease Rentals, the average of rentals computed as per (a), (b) and (c) above will be taken, i.e.Average Lease Rentals = (V + W + X) / 3 .

Page 3 /Annexure-II19 Details of cost components in Supplementary Schedule to be submitted by the

Lessor on receipt of PO from AIL.i Following will be the Fixed and Variable cost components to be quoted and calculated in

the Supplementary Schedule on award of each PO from AIL.Fixed Components Variable Components

Fixed For 60 days From the date of opening of the Price bids

Fixed For 04 years From the date of delivery of the Vehicle

Discount from dealer / manufacturer

PTPM Maintenance cost of the Car Road side assistance Cost of replacement Car Fleet management charges Accident Depreciation

Waiver Comprehensive Insurance MT Driver’s Management

Fee Capital cost for fitment of

CNG kits

Ex-showroom cost Discount after 60 days Road Tax and

Registration VAT Service Tax MT Divers Cost(minimum wages)

ii On approval of the Supplementary Schedule by AIL, the Lessor shall purchase the vehicle and supply within 30 days.

20 Overall L1 bidder :i Overall L1 will be decided by using the formula given in the Price bid Form- Part B.

The bidders may use this formula in excel sheet to arrive at X1 for their quote.ii The L1 bidder for S1 segment (Toyota Altis 1.8 GL) in Delhi shall be decided

separately.

iiiThe L1 bidder for S2,S3 &S4 segments (Maruti or Honda make) will be determined collectively on the basis of X1 ranking of S2,S3,S4 given in the Price Bid format based on price quoted for Petrol Vehicles.The overall L1 bidder will be determined on the basis of lowest quote(s) for Car rentals based on sum total of (X1A1 + XIA2 + X1A3 + X1A4 + X1A5) ranking.

iiii The overall L1 bidder will be required to match the lowest rates for respective segments in the respective cities in case they are not the lowest for individual segment. Further “AIL” reserves the right to award the contract for individual variants i.e. separately for S2,S3 and S4 in case overall L1 bidders fails to match the lowest rates of individual L-1 segments (S2,S3 and S4).

v The lowest bidder for “Car Lease Rentals” should agree to provide for Installation of CNG Kit(s) at the L1 rates, if they are not L1 for “Installation of CNG Kit(s)”

vi The lowest bidder for “Car Lease Rentals” should agree to provide MT Drivers at the L1 rates, if they are not L1 for ‘Service Charges for MT Drivers’.

vii The cost of MT Drivers will be calculated as per Performa enclosed with Financial Bid -Part B as per minimum wages of respective State Govt. as applicable from time to time.

21 Loading of deviations in quoted rates to decide L1 price :Deviations in payment terms or delivery period, if any, shall be loaded for comparison and to decide L-1 prices as given in the Technical Bid Form-Part A. AIL reserves the right to accept or reject the deviations sought.

*************

Annexure-III

Tender No. DSD/2016/MT-01, Dated:15.2.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. Cars on “Operating Lease” for Four Years.

A REQUIREMENT OF A.C. PETROL CARS ON MONTHLY LEASE RENTAL BASIS.“AIL” intends to hire Brand New A.C. Petrol Cars of Toyota, Honda / Maruti Make on ‘’Operating Lease” on payment of monthly lease charges. These Cars are required for exclusive use of Senior Executives of AIL at its Hqrs at New Delhi and regional offices at New Delhi, Kolkatta, Mumbai, Chennai and Hyderabad (NEWS).

1 Requirement of ‘CarsThe approximate requirement of Cars on “Operating Lease” during contract period of Four Years is as follows :

a Requirement Type of Car Qtys Locationi Segment 1 Toyota Altis 1.8 Gl 01 Hqrs New Delhiii Segment 2 Maruti Ciaz Vxi 05 Hqr offices , New Delhi.

Honda City SMT-Piii Segment 3 Maruti Desire Vxi 29 Hqrs New Delhi / Regions NEWS

Honda Amaze SMT-Piv Segment 4 Maruti Swift Vxi 40 Hqrs, New Delhi / Regions NEWS

Honda Jazz SMT-PTotal leased Cars 75 appx.

b Retrofitting of Sequential CNG Kitswith advancer.

At a later stage, if so required by AIL due to Govt regulation or otherwise.

c MT Drivers As per requirement.

2 The above requirement is tentative for all India basis (in Delhi, Mumbai, kolkatta, Hyderabad, Chennai) and may increase or decrease at the time of placement of PO.

3 The requirement may vary due to termination / foreclosure of existing contracts OR new requirements at particular point of time without any advance notice.

4 The required Leased Cars should be Brand New with metallic finish. The choice of colour shall be intimated at the time of PO.

5 Currently the requirement is for petrol vehicles. However, if required, AIL shall have a right to ask the bidder to retrofit sequential CNG kits with advancer in the vehicles as additional accessory. In this case, CNG kit must be approved by Transport Department of respective State where Car is positioned. Bidders shall have to get the RC of the vehicle endorsed for CNG Kit at their own cost and initiative. However, the capital cost of CNG fitment, shall be paid by AIL along with the monthly instalments of the vehicle. The repair and maintenance of CNG kit shall also be the responsibility of the bidder without any additional cost to AIL.

6 Instalment for Capital cost of providing CNG Kits:In case, CNG kits are fitted in between the contract period, the capital cost of same will be paid by AIL in instalments. In order to decide the amount of monthly instalment of CNG Kit, the amount of capital cost of CNG Kit shall be divided by leftover period of months. This monthly instalment of CNG Kit shall be payable each month with car rentals.For example, if CNG kits are fitted after six months of starting of contract, the cost of CNG kit i.e. amount (A) will be divided by 42 months to arrive at monthly instalment for fitment of CNG kit. In case, CNG kit is fitted after twelve months of starting of contract, the cost of CNG kit will be divided by 36 months.

Page 2 /Annexure III7 PO placement and execution by the Lessori AIL shall communicate the requirement of Leased Cars to the Lessor during the contract

period in writing by means of PO’s containing details of Car, city, user details etc. The Lessor on receipt of PO, shall submit Supplementary Schedule to AIL for acceptance. On confirmation of AIL, the Lessor shall purchase the Car and deliver to AIL.

ii Once a Car is purchased by the Lessor, AIL can not cancel the PO. In case, the PO is cancelled after purchase of Car, AIL shall shall have to pay damages to the Lessor as per foreclosure clause or shall purchase the vehicle at cost incurred by the Lessor plus actual incidental charges.

Iii The Car once supplied, shall complete a lease period of Four Years from the date of delivery to AIL.

8 Type of Lease :i The nature of lease will be “Operating Lease”.ii Monthly Lease rentals shall include cost of complete maintenance, comprehensive

insurance, road tax, registration, number plate charges and without the cost of MT driver.iii The selected Bidder and the Lessor should be single source and Financially resourceful

“Operating Lease Provider”. Loans from banks / Financial Institutions will not be allowed for this requirement.

iv The R.C. shall bear the owner’s name as “Air India Ltd” that is Lessee and Hypothecated in the name of “Bidder” that is Lessor. The ‘selected bidder’ and the Lessor should be same. The legal ownership of Cars will remain with the Lessor.

v All the cars shall have “White Plate Registration Number”.vi The lease charges shall be payable on monthly basis and no advance payment shall be

made.vii The fuel to all the Cars shall be provided by “AIL”.

B Scope of Work for Leased Cars :1 Contract Period

The contract period will be Four years. However, continuity of the contract shall depend upon the satisfactory performance of the Lessor which shall be reviewed from time to time.

2 Lease PeriodThe total lease term will be 48 months from the date, a Car is supplied.

3 Leased cars shall be required by “AIL” on 24 Hrs x365 days basis.4 The leased Cars shall be driven by MT Drivers / “AIL” Official/ “AIL” Drivers.5 Use of the cars shall not be interfered in any manner whatsoever by the Lessor OR any

person claiming directly OR indirectly to be the representative of the Lessor.6 The running Kms for a Car of any segment during lease period of 4 years, shall be 1.0 lakh

kms. Excess/ short kms shall be paid / discounted as per rates finalised in the tender.

7 Extra Km Charges (Rs per Km) :In the event, if the actual kilometres run by a Car exceeds the contracted kilometres (1.0 lakh kms) at the end of the Lease Period, then “AIL” shall pay the excess kilometre charge at the rates, finalized in the tender.

3 Less mileage discount ( Rs. per Km)In the event, if the actual kms run by a Car are lesser than contacted kms (1.0 lakh kms) at the end of the Lease Period, then “AIL” shall discount these short Kms at the rates, finalized in the tender.

C SCOPE OF WORK FOR MT DRIVERS ;

1 If required, “AIL” may seek services of MT Drivers from the Lessor/ Agency. However, there is no minimum commitment on number of drivers to be hired by “AIL”.

2 As far as possible, the selected bidder shall engage the driver(s) of the choice of “AIL” so as to ensure confidentiality and integrity.

Page 3 /Annexure III

3 The MT Drivers fall under semiskilled category of the wages Act.

4 Wages applicable to the MT Drivers :The monthly wages to MT Drivers shall be payable as per minimum wages of respective State Govt. as applicable from time to time. The salary bill for individual MT Driver should be prepared as per Performa enclosed with the Financial Bid Form- Part B.

5 Service Charge for Providing MT Driver(s)The payment of Service Charge per driver shall include cost of Supervision and Management , uniform, id card, mobile expanses, other facilities to drivers and substitution cost etc.

6 The bidder shall verify character and antecedents of MT drivers through Local Police and provide a copy to AIL.

7 In case, the bidder is not in the business of providing drivers, they may provide through reputed agency on back to back arrangement basis. In this case, the service charge and salary bill on this account shall be paid directly to the Agency providing such services. The bidder shall provide name and address of the Agency in the Technical Bid Form- Part A.

8 MT Driver’s Duty Hours and Over TimeI MT Driver’s duty hours shall be 48 hours a week with one weekly off.Ii The MT driver cannot refuse for over time, if so required.iii Over time to MT driver shall be payable only after performing 48 hours of duty in a week. The

OT hours shall be payable at double the hourly rate of the minimum wages.

9 The Lessor/ Agency will provide Uniform, name badges and cell phone to the drivers at his own cost which is covered in MT Driver’s Service Charges. The Lessor/ Agency will also ensure that the drivers wear the uniform and keep it neat, clean and tidy. Driver without uniform shall not be accepted on duty.

10 The MT Drivers will put their daily attendance in attendance register with in / out time and get it signed from the AIL official to whom they are attached.

11 The MT Drivers will be provided mobile phone for communication without any extra cost to “AIL”.

12 Provision for Substitute Driver:The Lessor /Agency should provide substitute driver in case regular driver goes on leave / is absent from duty.

13 In case, performance of the provided MT Driver is not upto the mark, the Lessor /Agency shall have to replace such person. In case of non-compliance of this condition, ““AIL”” shall have right not to take such person on duty and impose penalty(as per clause 21, Annex-III),

14 Penalty for Driver / Car :In case of Non-compliance of decorum and duty schedules by the M T Driver, and OR if replacement driver / Car not made available penalties shall be applicable as under ;

i Any Complaint of MT Driver / not wearing proper uniform / late reporting and OR refusal of duty

Rs 100/- per violation per Car to maximum of Rs. 500/- per day per vehicle.

ii If replacement MT driver not provided R.500/- per occasion per Car.iii In case of breakdown OR Car is sent for

service / repair and if alternative vehicle is not provided within stipulated period.

Rs 1000/- per occasion per Car.

15 Provision for Replacement VehiclesThe Lessor shall also ensure to provide replacement vehicle, in case the regular vehicle goes for servicing/maintenance and or accidental repairs.

Page 4 /Annexure III

16 Fuel :The fuel for all the leased Cars shall be provided by “AIL”.

17 Payment of monthly wages to Drivers :i The Lessor/Agency should make payment to the drivers through ECS only, not later than 7 th

of following calendar month. ““AIL”” may ask ECS details, if so required. “AIL” shall not be responsible for non-payment/ delay in payment of wages OR any other emoluments to the MT Drivers.

ii Deduction / deposit of ESI and PF is compulsory and a proof of the same should be kept for verification of “AIL” OR any other third party including Govt. agencies.

D SPECIAL TERMS AND CONDITIONS:1 Documentation :

The Lessor on receipt of PO shall submit Supplementary Schedule for payment of Lease rentals for approval of AIL. After delivery of the vehicle the Lessor shall provide copy of Invoice, Insurance and R.C of the vehicle.

2 Sub leaseIn no case whatsoever, Lessor shall sublease / lien the vehicles to any Bank / Company / Financial Institution.

3 Delivery Period for Vehicle(s) :i The Lessor shall ensure safe delivery of Car(s) within 30 days of acceptance of PO at New

Delhi / Mumbai/ Kolkatta/ Hyderabad/Chennai , as the case may be.ii Extension of delivery period

In case of delay and if requested by the Lessor, the competent authority may consider the request at its sole discretion, if it is due to short supply of the make OR any other prevailing market conditions.

5 Insurance :i AIL has opted for Comprehensive Insurance with ‘accident depreciation waiver’.ii “AIL” will have ‘No liability’ on insurance claims for damage to the Cars during use subject to

insurance claim being admissible by the insurer as per IRDA norms.iii The Lessor will take only ‘Comprehensive Insurance Policy’ for the Cars with unlimited 3rd

party coverage.

6 Minimum additional coverage under 3rd Party :The following minimum additional coverage under 3rd party will be applicable.

i) Legal liability of driver .ii) Personal accident coverage to unnamed driver.iii) Legal liability to employer .iv) Cover of Rs.2.0 Lac to the driverv) Cover of Rs.2.0 Lac to the extent of seating capacity inclusive of driver.

7 Liabilities of “AIL” :i “AIL” Liability on Theft OR Total Loss of Vehicle :a In the event a vehicle is stolen OR damaged beyond repair, in such an event, the payment

schedule pertaining to the stolen vehicle OR a vehicle damaged beyond repair shall be considered automatically terminated.

b “AIL” shall pay to the Lessor, deficit, if any, in foreclosure amount and the excess prorate mileage charge after receipt of insurance claim from the Insurance Company for such theft.

c In case, if the stolen vehicle is recovered prior to the insurance company processing the insurance claim, the Lessor shall sell the said vehicle to the highest bidder. The deficit OR the surplus amount in such case(s) would be made good by / to “AIL”.

d “AIL’s ” liability in the above events will be the difference between the foreclosure value and the insurance claim amount received from insurance company which will be settled after receipt of insurance claim.

ii “AIL” liability on account of Third Party Claims :Handling of all legal liabilities / claims arising out of third party claims, shall be the

Page 5 /Annexure-III

responsibility of “AIL”.8. Break-down services :

In case, the car is immobilized on road due to malfunction / accident, the Lessor shall provide “Roadside service assistance” and arrange for its immediate service / repair as the case may be, so that it does not cause any inconvenience to its user.

9. Repair and Maintenance (No cost repair to “AIL”) :i Selected Bidder/ Lessor shall provide “accident depreciation waiver” cover to “AIL”.ii All running and minor repairs and maintenance including tyres & batteries will be rectified

immediately, by the Lessor without any cost to AIL.iii Major accident repairs, if any, will be arranged by the Lessor through ‘designated

workshop’ of Car manufacturer at the cost and risk of the Lessor subject to insurance claim being admissible by the insurer as per IRDA norms. Settling claims with insurance company will be the sole responsibility of the Lessor and “AIL” will have no liability in this regard. A copy of the Maintenance Schedule will be furnished by the Lessor on supply of Vehicle.

10 “AIL” Action on Expiry / Termination / Cessation of lease period :Immediately after the expiry / termination / cessation of the lease period, AIL shall abide by the following :

i Return of Cars :AIL shall return the vehicle to the Lessor at the place where it was originally delivered in good order and condition, except for normal wear and tear. However, upon termination of the contact for a vehicle, it shall be the responsibility of the Lessor to repossess that particular vehicle physically from the place, where it was delivered.

ii Return of Documents :AIL shall return relevant documents that is Registration Certificate and insurance policy in original with respect to the vehicle.

iii Return of Keys & Accessories :AIL shall return the Keys (Original as well as duplicate) and accessories fitted as original equipment on the vehicle.

11 AIL’s liabilities on Foreclosure of Contract :i In the event, the lease period is terminated by “AIL” prior to the completion of the 48

months, “AIL” shall pay to the Lessor the foreclosure value plus other charges such as excess/ short Kms etc.

ii Calculation of foreclosure value :“AIL” would intimate its intention to surrender the vehicle to the Lessor in writing before completion of the lease period. The Lessor would obtain three quotations from the open market to sell the car. The difference between the highest bid value and the book value would be payable to the Lessor / receivable by “AIL”, as the case may be.

iii Payment of Excess kilometre charge :Excess kilometre charge, if any, shall be charged for the extra kilometres driven over the prorated contracted kilometres at a rate finalized in the tender.

12 Firm Lease rentals :Once, a vehicle is hired on operating lease, the monthly lease rentals will remain fixed for entire lease period of 48 months for that vehicle. .

13 Validity of offer :The discount offered in the price bid shall be valid for a period of 60 days from the opening of the Price bid. However road tax and registration charges may vary and will be applicable at the time of placement of order/ purchase of vehicle.

14 Contract period :The contract will be valid for four years from the acceptance initial PO, by the Lessor. However, once a vehicle is hired on lease, it will complete a lease period of 48 months from the date of delivery.

Page 6 /Annexure-III

15 Evaluation criteria for Price Bids :i The bidder shall quote their offer as per Performa of supplementary schedule given in the

Financial Bid Form-Part B and calculate X1.ii The bidder shall enclose city wise Performa Invoice for quoted cars reflecting all cost

components related to the offered Car(s). The cost components in a city should cover – Ex-showroom cost, discount, Road Tax & registration/ number pale, VAT, Comprehensive Insurance etc.:

16 Cash less maintenance of Cars (Zero maintenance cost to AIL)The Lessor shall arrange to provide cashless repair and maintenance of Cars in New Delhi, Mumbai, Kolkatta, Hyderabad and Chennai cities.

17 The cars will be driven by “AIL” Officials / “AIL” hired drivers / Lessor’s drivers. The fuel shall be provided by “AIL”.

18 Log Books :i The log book provided by “AIL”, for the purpose of various vehicles will be maintained by the

Lessor to record mileage for verification on daily basis.Ii In case of failure of milometer the actual distance travelled shall be assessed by “AIL” whose

decision in this regard shall be final and binding. The Lessor shall repair / replace such milometer within 3 days.

******************

Annexure-IVTender No. DSD/2016/MT-01, Dated:15.02.2016, Due Date : 09.3.2016.

Subject : Hiring of Brand New A.C. Cars on “Operating Lease” for Four Years.

TECHNICAL BID FORM – PART A

Name of the Bidder / Co.Complete Address of the bidder/Co.

Telephone No. / Mobile No./ email ID

Name, Designation & Mobile number of Contact Person.

1. Technical Details of the Tendereri Whether tenderer Co. is a competitor Airline OR its subsidiary

Co. If yes, such tenderer is ineligible to quote.( MUST BE NO.)NO.

ii Whether Tenderer Co. Is registered in India under the Indian Co.’s ACT 1956 OR Indian Companies Act 2013 for last 3 years. (Must)

Yes / No

iii Details of Regn of Co. / Firm. Self attested copy of Regn. Certificate to be enclosed. (Must)

------ Regn No. / Date

2 The Tenderer and the Lessor (selected bidder) must be one Company and shall have full responsibility and obligations as one single entity.(Must)

Bidder to confirm compliance (Yes/No)

3 Bidder must quote for all the three requirements i.e. for(i) Leased Cars, (ii) Sequential CNG Kits with advancer and (iii) MT Drivers to qualify the validity of their offers.

Bidder to confirm compliance (Yes/No)

4 Bidder must ensure to quote for all the segments of Cars S1(Toyota Altis1.8GL),S2,S3,S4(Maruti / Honda make) to qualify the validity of their offers.

Bidder to confirm compliance (Yes/No)

5. Whether Tender Fee/ original DD of Rs.3,000/- enclosed.(Must)

Yes / No DD No…./Date…..

6. Whether EMD / original DD of Rs.2.0 Lacs- enclosed. (Must) Yes / No DD No…./Date…..

7 Experience detailsI Whether having Fleet of 100 cars under operating Lease. Pl

provide certificate from the user as proof with PO copy. ( Must )Yes /No.

Ii Whether having 2 yrs experience of providing leased Cars to any Multinational, Govt Deptt, Public Sector Undertaking or a Pvt Sector Co. (Must)A list of clientele together with the order copies and satisfactory performance certificate mentioning no of cars from at least two Co’s to be enclosed.

Yes/No

Iii Whether having minimum one current ‘leasing contract for Minimum 25 Cars. PO copy to be enclosed.(Must)

Yes/No

Iv Whether list of clientele with details of PO, contact person & phone nos enclosed. (Must)

Yes/No

Page 2 / Annexure-IV8(i) Whether having PAN regn No. self attested copy to be

enclosed. (Must)Yes/No Regn No……,Date….

(iii Whether self attested copy(s) of Income Tax Returns for last 03 Financial years – 2012-13, 2013-14, 2014-15.enclosed. (Must)

Yes/No 2012-13 : ……..2013-14………2014-15…….

(iii) Whether Tenderer is having an average turnover ofRs. 3.0 Crore or above, per year for last 03 Fin yearsi.e. 2012-13,2013-14 & 2014-15. (Must)

Yes/No Turn over2012-13 :Rs……2013-14 : Rs.......2014-15 :Rs…

(iv) Whether self attested copies of Balance Sheet for last 03 Fin years-2012-13, 2013-14,2014-15 duly verified by Regd. Chartered Accountant enclosed in support. (Must)

Yes/No 2012-13 : Yes/No2013-14: Yes/No2014-15 : Yes/ No

(v) Whether self attested copy(s) of Profit & Loss a/c for last 03 Fin.years-2012-13, 2013-14,2014-15 enclosed in support of proof for Turnover. (Must)

Yes/No 2012-13 : Yes/No2013-14: Yes/No2014-15 : Yes/ No

9 Whether having ESIC Regn No. self attested copy be enclosed (as &if applicable).

Yes/No Regn No…..Date………

10 Whether having PF Regn. No. self attested copy to be enclosed (as & if applicable).

Yes/No Regn No…..Date………

11 Whether having Sales Tax Regn. Self attested copy to be enclosed. (Must )

Yes/No Regn No…Date………

12 Whether having Service Tax No. self attested copy to be enclosed. (Must )

Regn No…Date………

13 Whether Certificate for unconditional acceptance of all the terms and conditions of the tender enclosed as per format. (Must)

Yes/No

14 Whether duly signed non-disclosure agreement enclosed. (Must)

Yes/No

15 Whether duly signed copy of Integrity pact is enclosed. (Must)

Yes/No

16 Whether rates quoted for A.C. Leased Cars. (Must). Yes/No17 Whether rates quoted for Retrofitting of sequential CNG Kits

with advancer. (Must).Yes/No

18 Whether rates quoted for MT drivers. (Must). Yes/No19 If MT drivers are to be supplied from outsourced agency,

what is the name of the agency? (Must).Yes/No

20 Whether payment terms of 30 days credit accepted.If Not, then loading of 1.5 % per month shall be done on quoted rates only for calculation and for deciding L-1 bidder.

Yes/No

21 Whether delivery of cars /execution terms of 30 days from the date of accepting LOI, is accepted.if Not, then loading of 0.5 % per week on quoted rates shall be done only for calculation and for deciding L-1 bidder.

Yes/No

22 Are you already doing business with ‘“AIL”’ or with any subsidiary Co. of ‘“AIL”’, in same name OR under some other name? If so, please provide details.

Yes/No If yes, details. …

23 Has your Co. been Black Listed by AI / any agency of the Airport or elsewhere. If yes, please give details.

If yes, details. …

24 Bidders to please note and comply :i Competitor Airline OR its subsidiary companies are not permitted to quote in this Tender. In case,

if it is found at any stage that the bidder Co. Is an Airline OR its subsidiary Co., their bids shall be rejected and their EMD shall also be forfeited. Any other action as deemed fit may also be taken. No, representation / appeal in this regard shall be admissible.

ii The Tenderer and the Lessor (selected bidder) must be one Company and shall have full responsibility and obligations as one single entity.(Must)

Page 3 / Annexure-IViii Bidder must quote for all the three requirements i.e. for

(i)Leased Cars, (ii) Sequential CNG Kits with advancer and (iii) MT Drivers to qualify the validity of their offers. .(Must)

iv Bidder must ensure to quote for all the segments of Cars S1(Toyota Altis1.8GL),S2,S3,S4(Maruti / Honda make) to qualify the validity of their offers. .(Must)

25 Undertakings : To be agreed & signed by the tenderer(s)i It is confirmed that we are not a competitor Airlines OR subsidiary company of any Airline.ii It is confirmed that we have the capability & capacity to provide the services as per Tender terms.iii It is confirmed that we have quoted rates for all three services i.e. for (i) Leased Cars, (ii)

Sequential CNG Kits with advancer and (iii) MT Driver’s Service Charges also, to qualify the validity of our offers.

iv It is confirmed that we have quoted rates for all the segments of Cars viz S2,S3,S4 (Maruti / Honda make of Cars to qualify the validity of our offers.

v It is confirmed that we have quoted rates for all three services in the Fin. Bid Form – Part B as per terms & conditions of the tender and that there is no hidden cost to “AIL” except for the cost as per rates quoted in the Fin Bid Form.

vi It is confirmed that we have carefully gone through, understood and hereby agree to abide by all the Terms & conditions, scope of work and specifications governing the tender.

vii It is also confirmed that the discount offered is valid for 60 days from the date of opening of the Price Bids.

viii It is also confirmed that the information given in the Tender and documents attached are true and correct to the best of my knowledge and belief and nothing material is concealed.

ix It is also confirmed that I am authorized to sign the tender documents.

Signature of Authorised signatory :

Name & Designation :

Co. Name & Seal :

Date:

Place: New Delhi

**************

Annexure-V

FORMAT FOR LETTER OF UNCONDITIONAL ACCEPTANCE OF TENDER TERMS & CONDITIONS OF THE TENDER

(TO BE ATTACHED WITH TECHNICAL BID FROM-PART A, ON LETTER HEAD OF THE BIDDER CO.)Tender No. DSD/2016/MT-01, Dated: 15.02.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. Cars on “Operating Lease” for Four Years.

Executive Director(C A)Air India Ltd,Airlines House,113, Gurudwara Rakabganj Road,New Delhi-110001.

Reference : Tender No. DSD/2016/MT-01, dated 15.02.2016.

Subject : Letter of un-conditional acceptance of terms and Conditions of the Tender.

Please refer your above Tender for Hiring of A.C. CNG Cars on “operating lease” on monthly charges at New Delhi, Mumbai, Kolkatta, Hyderabad and Chennai.

We hereby give our un-conditional acceptance of all the terms and conditions including scope of work as given in the tender.

We also confirm that we have submitted our response against above tender for both the Services i.e. for A.C. CNG Leased Cars and also for MT drivers after due consideration of all the Technicalities and costs involved.

Signature of Authorised signatory :

Name & Designation:

Co. Name & Seal:

Date:

Place: New Delhi

Annexure-VI

NON-DISCLOSURE AGREEMENT FROM THE BIDDER

(TO BE TYPED ON THE LETTER HEAD OF THE BIDDER’s COMPANY)

(TO BE ATTACHED WITH TECHNICAL BID FROM-PART A)

Tender No. DSD/2016/MT-01, Dated:15.02.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. Cars on “Operating Lease” for Four Years.

(This document is strictly Private and Confidential)

Executive Director (C A)Air India Ltd,Airlines House,113, Gurudwara Rakabganj Road,New Delhi-110001.

Reference: Tender No.DSD/2016/MT-01, Due Date: 09.3.2016.

Sir,Sub: Non-disclosure Agreement

We acknowledge that during the course of bidding for above referred tender of “Air India Ltd”, having establishments its Head quarters at Airlines House,113, Gurudwara Rakabganj Road, New Delhi-110001, we shall have access to and be entrusted with confidential Information (commercial, technical, scientific, operational, administrative, financial, marketing, business, OR intellectual property nature OR otherwise), whether oral or written, relating to “Air India Ltd” and its business that is provided to us pursuant to this Agreement

In consideration of “Air India Ltd” making confidential Information available to us, we agree to the terms set out below:

1 We shall treat all Confidential Information as ‘Strictly Private and Confidential’ and take all steps necessary to preserve such confidentiality.

2 We shall use the Confidential Information solely for the preparation of our response to the above referred Tender and not for any other purpose whatsoever.

3 We shall not disclose any Confidential Information to any other person or firm without the prior written consent of “Air India Ltd”.

4 This Agreement shall continue perpetually unless and to the extent that “Air India Ltd” may release it in writing.

5 We acknowledge that No failure OR delay by “Air India Ltd” in exercising any right, power OR privilege under this Agreement shall operate as a waiver thereof OR shall any single OR partial exercise thereof OR the exercise of any other right, power, OR privilege.

Page 2 /Annexure-VI

6 We have read this agreement fully and confirm to abide by its terms.

Yours sincerely

Signature of Authorised signatory :

Name & Designation:

Co. Name & Seal:

Date:

Place: New Delhi*************

Annexure-VII

Tender No. DSD/2016/MT-01, Dated:15.02.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. Cars on “Operating Lease” for Four Years.

INTEGRITY PACT

( TO BE ENCLOSED WITH TECHNICAL BID FORM PART-A AFTER SIGNING)

Between

“Air India Ltd” / Lessee hereinafter referred to as “The Principal”.And

M/s………..hereinafter referred to as “The Bidder/ Service Provider /Contractor / Lessor.

PREAMBLE

The Principal intends to award, under laid down organizational procedures, Service Contract for Hiring of brand new A.C.CNG Cars on ‘operating lease’ based on payment of monthly rental charges for a period of 4 Years , having its headquarters at ‘Airlines House,113 Gurudwara Rakabganj Road, New Delhi-110001’. The Principal (Lessee) values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness / transparency in its relations with its Bidder(s) and/or Contractor(s) / Lessor .

In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principal’s and the Lessor mentioned above.

Section 1 : Commitments of the Principal1 The Principal commits itself to take all measures necessary to prevent corruption and

to observe the following principles:-A No employee of the Principal, personally or through family members, will in connection

with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to. The word ‘take’ shall also include the past and future.

B The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

C The Principal will exclude from the process all known prejudiced persons and persons who would be known to have a connection or nexus with the prospective bidder.

2 If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act or the conduct rules of the Principal, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Page 2 / Annexure-IVSection 2: Commitments of the Bidder(s)/ Service Provider/ contractor(s)

1 The Bidder(s)/ Contractor(s) commit themselves to take all measures necessary to prevent corruption in their dealings with Air India Ltd. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

a. The Bidder(s)/ Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/ Contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d. The Bidder(s)/Contractors(s) of foreign origin shall disclose the name and address of the Agents/representatives in India, if any. Similarly the Bidder(s)/Contractors(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any. Further details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers” shall be disclosed by the Bidder(s)/Contractor(s).Further, as mentioned in the Guidelines all the payments made to the Indian agent/representative have to be in Indian Rupees only. Copy of the “Guidelines on Indian Agents of Foreign Suppliers” is placed at (Page no 6-7)

e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

f. This integrity pact shall override the confidentiality clause, if any, in the offer submitted by the Contractor/Bidder and in the agreement entered into by the Principal with the Contractor/Bidder.

2 The Bidder(s)/Contractor(s) will not instigate third persons to commit offences or acts outlined above or be an accessory to such offences.

Section 3: Disqualification from tender process and exclusion from future contractsIf the Bidder(s)/Contractor(s), before award OR during execution has committed a transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or take action as per the procedure mentioned in the “Guidelines on Banning of business dealings”. Copy of the “Guidelines on Banning of business dealings” is placed at Page nos. 8-16.

Section 4: Compensation for Damages

1 If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit / Bid Security and other actual damages due to the consequential delay.

Page 3 /Annexure-VII2 If the Principal has terminated the contract according to Section 3, or if the Principal is

entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the contract value or the amount equivalent to Performance Bank Guarantee.

3 The Contractor/ Bidder shall not be entitled to claim from the Principal any amounts either as damages or otherwise, on account of termination.

Section 5: Previous transgression1. The Bidder declares that no previous transgressions occurred in the last 3 years with

any other company in any country conforming to the corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

2 If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in “Guidelines on Banning of business dealings”.

Section 6: Equal treatment of all Bidders/Contractors/Subcontractors1. The Bidder(s)/ Contractor(s) undertake(s) to demand from all subcontractors a

commitment in conformity with this Integrity Pact, and to submit it to the Principal before signing of the contract.

2. The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors and Subcontractors.

3. The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7:Criminal charges against violating bidder(s)/Contractor(s)/Subcontractor(s)If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer.

Section 8:Independent External Monitor/Monitors1. The Principal appoints competent and credible Independent External Monitor for this

Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He shall report to the Chairman, Air India Ltd.

3. The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors also.

4 The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s)/ Subcontractor(s) with confidentiality.

5 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

6 As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action.

Page 4 /Annexure-VIIThe monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

7 The Monitor will submit a written report to the Chairman AIR INDIA, within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should the occasion arise, submit proposals for correcting problematic situations.

8 The Monitor shall be entitled to compensation on the same terms as being extended to / provided to Independent Directors on the Air India Board.

9 If the Monitor has reported to the Chairman AIR INDIA, a substantiated suspicion of an offence under relevant IPC/ PC Act, and the Chairman AIR INDIA has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

10 The word ‘Monitor’ would include both singular and plural.

Section 9: Pact Duration1 This Pact begins when both parties have legally signed it. It expires for the

Contractor 3 years after the last payment under the contract, and for all other Bidders 12 months after the contract has been awarded.

2 If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Board of AIR INDIA.

Section 10: Other provisions1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the

Registered Office of the Principal, i.e. New Delhi.2. Changes and supplements as well as termination notices need to be made in

writing. Side agreements have not been made.3. If the Contractor is a partnership or a consortium, this agreement must be signed by

all partners or consortium members and in the case of a Company by an authorised representative.

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

Signature Signature

Office Seal Office Seal

For and on behalf of the Principal /AIR INDIA / Lessee

For and on behalf of the Bidder / Lessor

DatePlace- New Delhi.

Witness 1 : Witness 2 :Signature : Signature :Name : Name :Address : Address :

********

Annexure-VIII

FORMAT OF AUTHORIZATION LETTER FOR ATTENDING BID OPENING(TO BE TYPED ON THE LETTER HEAD OF THE BIDDER COMPANY)

(The representatives of the Bidder Company should carry his Authorisation letter at the time of attending to the opening of Bids.)

Tender No. DSD/2016/MT-01, Dated: 15.02.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. Cars on ‘Operating Lease’ for Four Years.

Executive Director (CA )Air India Ltd,Airlines House,113, Gurudwara Rakabganj Road,New Delhi-110001.

Dear Sir,

Sub: Authorization letter for attending bid opening.

Reference Tender No. DSD/2016/MT-01 dated 15.02.2015 Due Date : 09.3.2016.Closing Date-09.3.2016, Opening Date / Time : 15.00 Hrs on 09.3.2016.

The following persons(s) are hereby authorized to attend the bid opening for the above Tender on our behalf.

SN Name Email id Contact No Sisnature12

Signature of Authorised signatory :

Name & Designation :

Co. Name & Seal :

Date:Place : New Delhi.

Note : Prospective bidders to please note the following :1 Permission for entry to the hall where bids are opened may be refused in case

authorization letter as Prescribed above is not presented / received.2 The authorized representatives, in their own interest, must reach the venue of bid

opening well in time.3 The authorized representative must carry a valid photo identity.

***************

Annexure-IX

Tender No. DSD/2016/MT-01, Dated:15.02.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. CNG Cars on ‘Operating Lease’ for Four Years.

Executive Director (C A)Air India Ltd,Airlines House,113, Gurudwara Rakabganj Road,New Delhi-110001.

Sub: CERTIFICATE FOR NO COST REPAIR OF CARS

(To be provided by all the bidders with Technical Bid Form- Part A)

We confirm that repair & maintenance of the vehicles would be provided by us through the authorized agencies of each model on cashless transaction basis.SN Segment Type of Cars Repair / maintenance cost to AIL1 Segment 1 Toyota Altis 1.8 GL No cost to AIL2 Segment 2 Maruti Ciaz Vxi No cost to AIL

Honda City SMT-P No cost to AIL3 Segment 3 Maruti Swift Dezire Vxi No cost to AIL

Honda Amaze SMT-P No cost to AIL4 Segment 4 Maruti Swift Vxi No cost to AIL

Honda Jazz SMT-P No cost to AIL

Signature of Authorised signatory :

Name & Designation :

Co. Name & Seal

Date:Place : New Delhi.

********

Annexure-XTender No. DSD/2016/MT-01, Dated:15.02.2016, Due Date : 09.3.2016.Subject : Hiring of Brand New A.C. CNG Cars on ‘Operating Lease’ for Four Years.

Executive Director (C A)Air India Ltd,Airlines House,113, Gurudwara Rakabganj Road,New Delhi-110001.

Reference ; Tender No.DSD/2016/MT-01, Dated- 09.3.2016.

Sub: Certificate for repair / maintenance of Vehicles(To be provided by the successful bidder before placement of order)

We confirm that repair and maintenance of the vehicles would be provided by us through the following authorized agency(s) of each model on cashless transaction basis :

S.N. Type of Car Name of Agency/ Contact Telephone,1 For New Delhi Location Person Mobile No.i Toyota Altis 1.8 GLii Maruti Ciaz Vxiiii Maruti Swift Dezire Vxiiv Maruti Swift Vxiv Honda City SMT-Pvi Honda Amaze SMT-Pvii Honda Jazz SMT-P

2. For Mumbaii Maruti Swift Dezire Vxiii Maruti Swift Vxiiii Honda Amaze SMT-Piv Honda Jazz SMT-P

3. For Kolkattai Maruti Swift Dezire Vxiii Maruti Swift Vxiiii Honda Amaze SMT-Piv Honda Jazz SMT-P

4 For Hyderabadi Maruti Swift Dezire Vxiii Maruti Swift Vxiiii Honda Amaze SMT-Piv Honda Jazz SMT-P

5 For Chennaii Maruti Swift Dezire Vxiii Maruti Swift Vxiiii Honda Amaze SMT-PIv Honda Jazz SMT-P

Page 2 / Annexure X

Signature of Authorised signatory

Name & Designation

Co. Name & Seal

Date :

Place: New Delhi.


Recommended