Upload
nguyentuyen
View
240
Download
1
Embed Size (px)
Citation preview
Tender No. DIR/2018/Housekeeping/Enquiry
1
AIR INDIA LIMITED: NORTHERN REGION
TENDER DETAILS
Tender Date: 19.04.2018 Due Date: 16.05.2018
Subject: Housekeeping, upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings & Premises at Air India GSD Complex and EMF Building, Terminal-II, IGI Airport, New Delhi.
AIR INDIA LTD. invites sealed /closed Tenders under two bid system i.e Technical Bid – Part A and Financial Bid- Part B for the subject job.
Tender documents giving details of work scope & other terms and conditions may be purchased on payment of Rs. 3000/- (non-refundable) in cash/Demand Draft against a written request on the letter head of the Company from "Cash Section, Finance Deptt.", AIL, Terminal - 1, IGI Airport, New-Delhi - 110037 between 1000 hours to 1600 hours (except between 1300 hours and 1400 hours) on any working day except Saturday/Sunday/Holiday from XXXXX. The Tender documents can also be downloaded
from AIL website www.airindia.in. In this case a demand draft of Rs. 3000/- favouring
Air India Limited, payable at Delhi/New Delhi shall be enclosed together with the Technical Bid-Part A. Valid certificate of registration with NSIC must be provided for tenderer seeking exemption of Tender Fee.
For any Technical clarifications, the office of our General Manager (Personnel), AIR INDIA LTD, IGI Airport, Terminal.-1, New-Delhi (Ph # 011- 25675121, extn 4969) may be contacted.
Tender(s) be sealed/closed in separate envelopes containing and superscribing
Envelope- (i) "Technical Bid form - Part A, Tender No : DIR/2018/House Keeping/Enquiry Dated : 19.04.2018 along with “Earnest Money Deposit” Demand Draft of Rs.2,65,000/- (Rupees Two lac sixty five thousand only ) favouring ‘AIR INDIA LTD.’ and payable at Delhi / New-Delhi & other documents as per Technical Bid and
Envelope -(ii) Financial Bid form- Part B, Tender No. : DIR/2018/House Keeping/Enquiry Dated: 19.04.2018
Envelope-(iii) Both the above envelopes further be sealed/closed in Third Master envelope super scribing "Quotations for Tender No: DIR/2018/House Keeping/Enquiry Dated: 19.04.2018. Tender should be addressed to General Manager (Personnel), Air India Ltd, Northern Region, New-Delhi-37 and be dropped in the Tender box kept at the following address:
Local Purchase Section,
Materials Management Department,
Air India Ltd, Old Chefair Building, I.G.I. Airport, Terminal – I, New Delhi-110037
Last date/time for Purchase of Tenders : 16:00 hrs. of date - 15.05.2018 Last date/time for submission of Tenders : 15:00 hrs. of date – 16.05.2018 Due date /time for Opening of Technical Bid-Part A : 15:00 hrs. of date - 16.05.2018
Tenderers/Service Providers/Bidders who wish to attend Tender opening may do so or send their representative with authorization letter on their company letter head as per Annexure ‘E’ duly signed by their authorized signatory for presenting at the time of opening of the Tender at
Tender No. DIR/2018/Housekeeping/Enquiry
2
above address time and date. AIR INDIA LTDs reserves the right to reject any Tender in part or full or annul the Tender process without assigning any reason.
General Manager (P) Air India Ltd, Northern Region
Tender No. DIR/2018/Housekeeping/Enquiry
3
Tender Date: 19.04.2018 Due Date: 16.05.2018 Subject: Housekeeping, Upkeep & Maintenance including Cleaning and Dusting of AIL
Surroundings &Premises at Air India GSD Complex and EMF Building, Terminal-II, IGI Airport, New Delhi.
Sealed/closed Tenders are invited for subject job under Two Bid system as per the following documents enclosed:
1. Annexure 'A' - General Terms & Conditions governing this Tender (17 pages) 2. Annexure 'B’ - Workscope (10 pages) 3. Annexure 'C' - Proforma for Technical Bid alongwith Check List (4 pages) 4. Annexure 'D' - Proforma for Financial Bid (3 pages) 5. Annexure ‘E’ - Format of Authorization Letter for attending Bid Opening (1 page)
Envelope (i) Tenderers are requested to submit the Technical bid along with check list- Part A as per Annexure 'C' in a sealed/closed envelope, superscribed with remarks "Technical Bid for Housekeeping, upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings & Office Premises at GSD Complex and EMF Building, Terminal II, IGI Airport, New Delhi Tender No: DIR/2018/House Keeping/Enquiry Dated: 19.04.2018”.
Envelope (ii) Financial bid Part B as per Annexure 'D' is to be submitted separately in another sealed/closed envelope superscribing "Financial Bid for Housekeeping, upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings & Office Premises, GSD Complex and EMF Building, Terminal II, IGI Airport, New Delhi – Tender No : DIR/2018/House Keeping/Enquiry Dated : 19.04.2018
Envelope (iii) Both the above envelopes to be put in a master envelope in sealed/closed condition, clearly indicating “Tender for Housekeeping, upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings & Office Premises, GSD Complex and EMF Building, Terminal II, IGI Airport, New Delhi – DIR/2018/House Keeping/Enquiry Dated : 19.04.2018
Tender should be addressed to General Manager (Personnel), Air India Ltd, New-Delhi-37 and be dropped in the tender box kept at the following address:
Local Purchase Section,
Materials Management Department,
Air India Ltd, Old Chefair Building,
I.G.I. Airport, Terminal – I, New Delhi-110037
Last date/time for Purchase of Tenders : 16:00 hrs. of date 15.05.2018 Last date/time for submission of tenders : 15:00 hrs. of date 16.05.2018 Due date/time for Opening of Technical Bid-Part A: 15:00 hrs. of date. 16.05.2018
The Bidders/Service Providers/Tenderers shall be invited to witness the opening of the Envelopes
(i), containing the Technical Bid. Bidders/Service Providers/Tenderers who wish to be present at
the time of opening of the Technical Bid may do so or send their representative with authorization
letter on their company letter head as per Annexure ‘E’ duly signed by their authorized signatory
for presenting at the time of opening of the Tender at above address, time and date. The Bid
should be in the prescribed format only. The Bid Cover should carry the complete name and
address of the Bidder, along with the telephone, fax and e-mail address. In
Tender No. DIR/2018/Housekeeping/Enquiry
4
the event of the receipt of the Bid after the due date, the Bid shall be rejected. AIR INDIA LTD.
reserves the right to reject any Tender in part or full or annul the Tender process without assigning
any reason. Sd/- General Manager (Personnel)
Tender No. DIR/2018/Housekeeping/Enquiry
5
AIR INDIA LIMITED: NORTHERN REGION ANNEXURE ‘A’
Tender Date: 19.04.2018 Due Date: 16.05.2018
Subject: Housekeeping, upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings &Premises at Air India GSD Complex and EMF Building, Terminal-II, IGIA, New Delhi.
GENERAL TERMS AND CONDITIONS 1. AIL as used in the Tender document means ‘AIR INDIA LIMITED.’
2. Contract means the Service Contract signed between AIL and the successful
Bidder/Tenderer/Service Provider. 3. The “Tenderer” 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 the Tender.
4. It is further clarified that any individual signing the Tender or other documents in connection with the Tender must certify whether he signs as:
A "Sole Proprietor" of the firm or constituted attorney of such sole proprietor. 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.
Constituted attorney of the firm, if it is a Company. Authorized signatory of the firm.
5. The Bids shall be evaluated on the basis of details and documents provided by the Bidder in
Envelope (i) containing documents in support of Eligibility Criteria. Upon scrutiny of the application and supporting documents in Envelope (i) for Eligibility Criteria, a short list of Bidders who are found to meet the Eligibility Criteria shall be prepared and the Financial Bids of only the said short listed Applicants shall be opened for further evaluation and consideration.
i) The Financial Bids of only those Bidders will be evaluated who are found to fulfill the
Eligibility Criteria and have submitted all documents, including the Undertakings, Tender Fee and the Earnest Money Deposit, required to be submitted with the application to the satisfaction of the AIR INDIA LTD. AIR INDIA LTD. shall invite the short-listed applicants, who are found to be eligible for opening of Financial Bids, to be present at the time of opening of the Financial Bids.
ii) Ineligible Bidder’s application shall not be entertained for Financial Bid and the decision of AIR INDIA LTD. in this regard would be final. No correspondence in this regard will be entertained. Offers should be valid for AIR INDIA’s acceptance for a period of 120 days from the date of opening of the Technical Bid Part-A.
6. The Tenderers are required to submit Technical Bid and Financial Bid in separate
envelopes AND BOTH THESE ENVELOPES ARE TO BE CLOSED / SEALED IN THIRD MASTER ENVELOPE. In case both the Tender forms Part-A (Technical Bid) & Part-B
Tender No. DIR/2018/Housekeeping/Enquiry
6
(Financial Bid) are not sealed/closed separately and are received in a single sealed cover, the same will NOT be considered.
7. (i) Tenders should be filled in prescribed forms duly signed and stamped and all prices should be clearly written/ typed both in words and figures without any overwriting. Overwriting, if any, should be counter signed by the Tenderer. The amounts quoted by the Tenderers/ Bidders for the Financial Bid, as specified in Annexure “D” shall be stated both in figures (English Numerals) and words. In case of any discrepancy, the amount written in words shall be considered as final for the purpose of evaluation of the Financial Bid.
(ii) 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.
(iii) Bids should be unconditional. In case of any condition, the Bid shall be treated as disqualified and shall be rejected.
8. The Tender and resultant Contract is CONFIDENTIAL and anything contained in this
document shall not be disclosed in any manner, whatsoever. The undue use of the Bidder of confidential process related to the process may result in the rejection of Bid/Contract.
9. Bids prepared by the Tenderer shall contain all requisite information along with self-attested supporting documents as per details in Technical Bid –Part A.
10. Eligibility: The Bids prepared by the Tenderer shall contain all requisite information along
with supporting documents as required in Technical Bid Form-Part A. The following eligibility criteria are laid down:
(i) The Tenderer must have satisfactory experience of minimum Two (02) years (after 01/01/2014 up to the date of opening of the Technical Bid – Part A) in housekeeping / upkeep / maintenance / cleaning of premises of a reputed organization. Self-attested copies of Contract(s)/relevant supporting document(s) as a proof of satisfactory experience must be enclosed along with the Technical Bid – Part A.
(ii) The Tenderer must have an Average Annual Financial turnover of Rs.40.00 lacs (i.e. 30% of the contract value) for the financial years 2014-15, 2015-16 and 2016-17. Copies of Audited Balance Sheets, ITR and P&L Account for the financial years 2014-15, 2015-16 and 2016-17 duly singed by the Proprietor/Director should be enclosed as a proof of above.
(iii) The Tenderer must have PAN/GIR No., GST at the time of application of the tender. Self-certified copy of each to be enclosed with the Technical Bid – Part A.
(iv) The tenderer must have ESI & PF Registrations at the time of the application of the tender. Self-Certified copy of each to be enclosed alongwith the Technical Bid – Part A.
(v) Tenderers must have a local office in Delhi/NCR and shall give its mailing address & Fax No.
(vi) Along with Tech. Bid-, the bidder will furnish Tender Fee of Rs. 3000/- (copy of receipt in case of purchase of Tender Document from AI Cash counter) and EMD of 2,65,000/- by way of valid DD/PO/ Banker’s Cheque drawn in favour of the Air India Ltd payable at Delhi. Firms having valid registration with NSIC under single point regn. system are eligible for EMD exemption. Valid certificate of registration with NSIC must be provided for tenderer seeking exemption of EMD.
NOTE: Possession of PAN/GIR, PF, ESI and GST, are must at the time of
application of Tender irrespective of physical location of the establishment
Tender No. DIR/2018/Housekeeping/Enquiry
7
of the Tenderer. For example, if PAN/GIR, PF/ESI & GST are not applicable at the location where the Tenderer is located and/or if the Tenderer is not having the required number of manpower for PF Registration that does not mean that PAN/GIR, PF/ESI/ GST exemption will be allowed to the Tenderer for the subject Tender. Copy 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.
11. UNDERTAKINGS:
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 15 days of obtaining LOI/ Agreement as the case may be at his own cost and initiative and deposit a copy with AIR INDIA LTD. at the time of commencement of the work. Necessary Form-V shall be furnished by AIR INDIA LTD on request from the Service Provider.
b) The tenderer must give an undertaking that the complete work of Housekeeping,
upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings & Premises as per the Work Scope (Annexure- B) given in the Tender Enquiry shall be operational within 30 days from the date of acceptance of LOI (Letter of Intent).
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. GST /Provident Fund /ESI Act/Income Tax Act/Shop & Establishment Act etc.) shall be produced for verification/checking of Air India Ltd. or to a third party authorized by AIR INDIA LTD. / agencies of Govt. of India.
d) The tenderer must give an undertaking that the requisite work as per enclosed Work
Scope (Annexure- B) would be completed to the satisfaction of Air India Ltd. e) The Tenderer would also provide an undertaking that on the spot surprise checks
could be conducted by AIR INDIA LTD. / third party authorized by AIR INDIA LTD., anytime and shortcomings are to be overcome by the tenderer/service provider which shall be penalized by AIR INDIA LTD.
12. The technical qualification of Tenderer and award of Work would be subject to compliance
of the Eligibility Criteria & Undertakings as specified in Para 10 & Para 11 of Annexure “A” above and the LOI would be withdrawn, if these requirements are not fulfilled.
13. Tenders not accompanying required information and documents are liable to be rejected out-
rightly. Any request for subsequent submission of any information/documents will not be entertained.
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.
Tender No. DIR/2018/Housekeeping/Enquiry
8
15. Sealed/Closed Tender documents are to be deposited/dropped in the Tender box earmarked for this purpose kept in our Local Purchase Section, Materials Management Department, Air India Ltd, Old Chefair Building ,I.G.I. Airport, Terminal – I, New Delhi-110037. Tender documents sent through Post or Courier will be at the risk of the Tenderer and Air India Ltd will not be responsible for any loss or non-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 Air India Ltd, the Last date of Submission/ Opening of the Bids will automatically stand extended to 15:00 Hours of the next working date.
16. Tenderers must have local office in Delhi/NCR and shall give the official mailing Address,
Telephone No and e-mail id to which all correspondences shall be sent by AIR INDIA LTD. Also, if address is changed, the same shall be intimated to AIR INDIA LTD. immediately.
17. When deemed necessary, AIR INDIA LTD. may seek clarifications on any aspect from the
Tenderer which are in its opinion necessary for the purpose of Tender evaluation/ issuance of LOI/contract.
18. AIR INDIA LTD. reserves the right to accept or reject any/or all bids, 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 to the Tender:
(a) In case of any change in the tender terms and conditions, specifications and work-scope
such notifications will be through corrigenda hosted on Air India website i.e. at www.airindia.in, seven days before opening of the Tender. All the Tenderers are requested to visit the website regularly till the opening date of the Tender to keep updated on any amendment related to the Tender, if any.
(b) In case of extension of time for opening of the Tender, such notification of Tender extension shall be notified in the newspaper besides hosting on the Air India website i.e. www.airindia.in.
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. The Tenderer/Bidder shall not sub-Contract this Work or any part thereof to any other person, concern, firm or company without prior approval of AIR INDIA LTD. In case the sub-contract without prior approval is detected at any stage, AIR INDIA LTD. is at liberty to terminate the Contract with immediate effect without any liability on AIR INDIA LTD. and also without prejudice to any other rights which AIR INDIA LTD. may have against the Tenderer/Bidder under the Contract.
22. The Tenderer shall be solely responsible for the acts and deeds of his personnel deployed
by him/her/it for the Work. AIR INDIA LTD. will, in no way, be responsible for violation of any rules/regulations/instructions of the concerned agency and/or for any loss or damage caused by his/its personnel/employee to AIR INDIA LTD. and/or third party and any such loss or damage shall have to be compensated/borne by Tenderer/Service Provider.
23. Claims for Damage
Tender No. DIR/2018/Housekeeping/Enquiry
9
a) AIR INDIA LTD. shall promptly notify the Tenderer of any claims / deficiency on the part
of the Tenderer arising under/out of the Contract.
b) In case the Tenderer, having been notified, fails to take remedial action within the stipulated time as advised by the General Manager (Personnel), AIR INDIA LTD., it may take a remedial action without any further notice, at the Tenderer’s risk & cost. In this case “AIR INDIA LTD.” may terminate the Contract without prejudice to any other rights which AIR INDIA LTD. may have on the Tenderer under the Service Contract.
24. Supervision
A) Supervision of personnel provided by the Tenderer shall be his/her responsibility.
B) One (01) Supervisory staff will be deployed by the Tenderer / Service Provider.
C) The Supervisor deployed by the Tenderer / Service Provider will monitor the work on day to day basis as per the Work-Scope.
D) Responsibility of Supervisor
(i) The supervisor will be the single point of contact to ensure the timely availability, monitoring and continued presence of workers in each shift.
(ii) To mark the attendance of each worker and maintenance of Log Book. The
copy of attendance sheet and the log book to be submitted to the Welfare Section of Air India on a daily basis.
(iii) To ensure all-time availability of sufficient quantity of equipment and
consumables as specified in Clause no. 42 given below. The List/Consumption detail to be submitted to the Welfare Section.
(iv) He shall be responsible for ensuring proper conduct and behavior of workers
deployed by the Service provider and ensuring their presence in uniform.
(v) He will be responsible for timely submission of bills along with supporting documents viz.
(a) Attendance sheet duly certified by the Welfare Section of AIL.
(b) Satisfactory performance report certified by respective User Department.
(c) Wage sheet, copies of ESI and PF Challans (ECR) of the previous month
E) The Tenderer shall ensure the quality of Work performed by its workers and in case of any complaint against a particular worker, the Tenderer shall have to replace such worker. In case of non-compliance of this condition, “AIR INDIA LTD.”, shall have right to refuse entry of any such worker.
25. As far as possible, the Tenderer shall engage same manpower for the Work defined in the Work-Scope so that there is continuity of Work and the quality of Work does not suffer.
26. The Tenderer will provide Uniform to his personnel at his own cost. He will also ensure that the persons wear the uniform and keep it neat, clean and tidy.
Tender No. DIR/2018/Housekeeping/Enquiry
10
27. The Tenderers shall be responsible for obtaining necessary clearance & approvals from the regulatory authorities like– AAI / DIAL / BCAS etc. (if required) at his own cost. Verification of antecedents and issuance/getting BCAS Passes for service provider’s personnel will be his responsibility. AIR INDIA LTD. shall only forward the applications to concerned authorities.
28. Payment of monthly wages
a) The Tenderer shall make the payment of wages for the previous month to his personnel
so deployed for the Work, not later than 7th of following calendar month through ECS only. Deduction/Deposit of ESI & PF is compulsory and a proof of the same should be kept for verification by Personnel Department or any other third party including Government agencies.
b) “AIR INDIA LTD.” shall not be responsible for payment of wages and or any other emoluments to the personnel/ workers of the Tenderer so deployed and it shall be the sole responsibility of the Tenderer to make payment to the said personnel/workers in time and the Tenderer shall at all time keep “AIR INDIA LTD.” indemnified against any claim from its personnel/workers in this regard.
c) All records, documents under various statutory provisions including
ESI/PF/Disbursement of monthly Wages etc. shall be maintained by the Tenderer and shall be open for inspection by an authorized representative of AIR INDIA LTD./third party authorized by AIR INDIA LTD. and Government Agencies.
29. Rates, Govt Taxes, Variation in Minimum Wages:
i) Inclusions: The rates quoted at 5(C) of the Financial Bid (Annexure D) are inclusive of Capital cost if
any, Cost of consumables/material to be used, provision for uniform including high visible jackets, identity card, cleaning equipment, materials such as liquid soaps, sawdust, disinfectants, waste disposal plastic bags (large) etc., Airport Entry permits, AAI/DIAL training cost (if applicable) and Govt. Taxes / levies/GST etc on materials.
ii) Exclusions: a) The employer’s i.e. the selected Tenderer’s contribution towards statutory levies such as ESI, PF & Bonus would be reimbursed on actual mandays as reflected in the wage sheets of the respective months on production of ESI and PF Challans/ECR.
b) GST as applicable for the services rendered is excluded and would be reimbursed
separately by AIR INDIA LTD. Proof of payment of GST to be annexed in the subsequent month bill.
c)Royalty/Additional Charges levied by DIAL/Airports Authority, if any, are also excluded and shall be reimbursed for the services provided, (if they are applicable at a particular location as per Work Scope – Annexure “B”), on production of receipt as proof of payment.
iii) Increase in Minimum wages: In case the rates of minimum wages are increased by the
Govt. of NCT of Delhi, the selected Bidder/Service Provider shall be allowed to claim the increased wages from the effective date as mentioned in such Notification by providing the proof of payment of the increased minimum wages to the respective workers engaged by the selected Bidder/Service Provider in proportion to the mandays reflected along with the names of the concerned workers/ supervisor. The reimbursement towards payment of
Tender No. DIR/2018/Housekeeping/Enquiry
11
ESI and PF contributions made by the selected Bidder/Service Provider would also be done in the same manner, after submission of the proof of payment i.e. copies of ESI and PF Challans/ECR for the corresponding period by the Bidder/ Service Provider.
However, in case, the rates of minimum wages are decreased by the Govt. of NCT of Delhi, Air India Ltd. shall recover the excess payment with regard to the minimum wages, for the corresponding period, if payment of the same has already been done to the Service Provider.
iv) The rates other than payment of wages as per the applicable minimum wages agreed to
& finalized will remain firm/ unchanged during the Contract period and for extended period, if any.
v) No request shall be entertained for increase in Contractual Consideration during the
validity of the contract and extensions, if any, under any circumstances except for increase in minimum wages as mentioned at 29(iii) above.
vi) Rates not quoted separately as per the format given in the Financial Bid (Annexure D)
will be out-rightly rejected. vii) It must be clearly understood that AI will reimburse the amount of minimum wages paid to
the workers of the Service Provider as per the actual man-days worked duly certified by AIL any payment over and above made by the service provider shall not be reimbursed by AIL.
30. Price Negotiation:
As it is not the general norm for “AIR INDIA LTD.” to carry out price negotiations following evaluation of the Financial Bids, the Tenderers are advised to submit their best quotes in response to this Tender. “AIR INDIA LTD.”, however, reserves the right to carry out negotiations in exceptional cases with the Tenderer who has been evaluated by “AIR INDIA LTD.” as having offered the lowest bid in response to the Tender.
31. Award of Contract , Acceptance , Commencement/Execution & Validity :
The award of Contract shall be subject to fulfillment (in addition to eligibility criteria and the Undertakings) of following conditions by the Service Provider: - i) The Tenderer has to convey acceptance of LOI (Letter Of Intent) within 7 days of receipt
of letter of intent. ii) The Tenderer has to execute an agreement of terms & conditions of the Contract on a
Rs.100/- non judicial Stamp Paper with “AIR INDIA LTD.” within 30 days of his acceptance of the Letter of Intent (LOI).
iii) The successful Tenderer, after completing the required formalities, should commence the service within 30 days or as specified in the Letter of Intent (LOI) from the date of the acceptance of Letter of Intent (LOI). Failure to do so will result in forfeiture of the EMD amount.
iv) The Contract shall be initially valid for a period of 2 years and further extendable as per clause 32 below.
v) If required, “AIR INDIA LTD.” may issue a Trial Contract for 3 to 6 months period before issuing the final Contract. Such Trial Contract period will be a part of overall Contract period as defined at para 31(iv) above
Tender No. DIR/2018/Housekeeping/Enquiry
12
32. Extension of the Contract/Agreement:- a) The Contract shall be valid for a period of 2 years and further extendable for another 2
years on the discretion of AIL {one (1) year at a time}, on the same rates, terms and conditions.
b) In the event, the Tenderer fails to comply with any of the Terms and Conditions of the
Contract/Agreement, “AIR INDIA LTD.” shall be at liberty to terminate the Contract with immediate effect besides forfeiting the security deposit.
33. Exit Clause / Termination of the Contract/Agreement:
The Contract may be terminated under the following circumstances:
1) AIR INDIA LTD. may at any time terminate the Contract with immediate effect by giving written notice to the Tenderer/ Bidder, if 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 “AIR INDIA LTD.”. In this case no compensation shall be made available to the Bidder/Tenderer.
2) In case of unsatisfactory performance or breach of any of the clauses of this Contract,
AIR INDIA LTD. shall issue a notice of 30 days to the party to rectify the breach and improve the performance failing which AIR INDIA LTD. shall be at liberty to terminate the Contract/ Agreement by providing a 30 days written notice to the party. The Tenderer/Bidder shall not have any right to dispute or question the judgment of ‘AIR INDIA LTD.” on its unsatisfactory performance.
3) Change of circumstances/ operations etc: In case of change in circumstances/ operations etc. “AIR INDIA LTD.” shall have the right to terminate the Contract by serving a 90 days written notice to the Tenderer/Bidder. In this case, the Tenderer/Bidder shall not have any right to claim damages/compensation from “AIR INDIA LTD.”
4) The successful Tenderer shall also be at liberty to terminate the Contract by providing to AIR INDIA LTD. a 90 days written notice. However, the Tenderer/Bidder shall comply with their Contractual obligations during the period and thereafter, shall discharge the obligations arising out of the Agreement/Contract till the termination The successful tenderer who executes this exit clause will however, not be allowed to participate in the immediate next tender floated for the subject job or upto 03 years at the sole discretion of Air India Limited.
5) On termination of the Contract Tenderer/Service Provider/Bidder shall handover all the documents related to the services rendered and all equipments, fittings including furniture, fixtures and all items that have been issued to Tenderer/Service Provider and all the Money due & payable to AIR INDIA LTD. with complete accounting details for the same.
34. REJECTION OF BIDS (Technical Bid & Financial Bid):
The response to the Technical Bid & Financial Bid will be rejected forthwith without evaluation of the Tender response on the following grounds:
Tender No. DIR/2018/Housekeeping/Enquiry
13
a) If the Technical Bid and/or the Financial Bid has been received after due date and
time of the Tender.
b) If only the Technical Bid has been received and the Financial Bid has not been received, and vice versa.
c) If the Technical Bid and/or the Financial Bid have been received by fax or email.
d) If the Technical Bid and/or the Financial Bid have been received unsigned.
e) If the Technical Bid and/or the Financial Bid has been received in an open condition or not closed/ sealed in separate envelopes as specified.
f) If the Technical Bid has been received without Tender Fee, EMD or the EMD is lesser than the amount specified or the EMD has been submitted in a mode other than as specified at Para 39 (A) and (B) of Annexure ’A’ of the Tender. Valid certificate of registration with NSIC must be provided for tenderer seeking exemption of EMD.
g) Tenders not accompanying required information and documents are liable to be
rejected out rightly. Any request for subsequent submission of any information/documents will not be entertained.
h) Tenderer(s), who were earlier awarded contract (s) by Air India Ltd for providing services and whose contract has been terminated before expiry of due date of the contract due to non-performance/ penal action etc in the immediately preceding three years are not eligible to participate in this Tender. Such Tenders shall be rejected.
35. Evaluation Criteria:
i) Technical Bids:
The Technical Bids would be first evaluated for compliance with the ‘Eligibility Criteria’ as specified at Para 10 of Annexure ‘A’. AIR INDIA LTD. reserves the right at its sole discretion to seek whatever information, documents etc. from the Tenderer as it may consider necessary for the purpose of evaluation of the bids.
iii) Financial Bids:
a) The Financial Bids of only those Tenderers who qualify under the ‘Eligibility Criteria’ and accept all the ‘undertakings’ as specified at Para 10 & Para 11 of Annexure ‘A’ and also comply with the other requirements as specified in Annexure ‘B’ and Annexure ‘C’ would be opened. The date and time of opening of the Financial Bids would be intimated in advance to the Tenderers who have qualified in the Technical Bid evaluation, and their authorized representatives only would be permitted to participate in the opening of the Financial Bids.
b) Financial Bids should be submitted strictly as per the format given at Annexure ‘D’ only, failing which the same will be out rightly rejected.
36. Evaluation of Bids/ Queries from the bidders:
During the process of the evaluation of bids, no queries shall be entertained from the bidders with regard to the status of the evaluation.
Tender No. DIR/2018/Housekeeping/Enquiry
14
37. Technically Disqualified Bids:
a) Financial bids of the technically disqualified bidders would be returned to them after finalization of the Contract under intimation and against acknowledgement from the bidders.
b) In case a bidder fails to collect the Financial Bid within the stipulated 30 days time, the bid shall be shredded in "as is where is" condition after expiry of 30 days time.
38. Extension of due date: The Due date /time of submission of Tenders and opening of Technical Bids-Part A may be extended at any time, at the sole discretion of AIR INDIA LTD.
39. (A) Tender Fee:
Tender documents giving details of work scope & other terms and conditions may be purchased on payment of Rs.3000/- in cash (non-refundable) against a written request on the letter head of the Company from "Cash Section", AIL, Terminal-1, IGI Airport, New-Delhi - 110 037. The same can also be downloaded from AIL website www.airindia.in. In this case a demand draft of Rs.3000/- favouring Air India Limited, payable at Delhi/New Delhi shall be enclosed together with the Technical Bid-Part A. It is clarified that in case of downloaded tender form, the Demand Draft/Pay Order with issue date up to the date of opening of Technical Bid – Part A would be acceptable. Valid certificate of registration with NSIC must be provided for tenderer seeking exemption of EMD.
(B) Earnest Money:
Along with Technical Bid, the bidder will furnish an EMD of 2,65,000/- by way of valid DD/PO/ Banker’s Cheque drawn in favour of the Air India Ltd payable at Delhi. Firms having valid registration with NSIC or MSME are eligible for EMD exemption. A copy of a valid certificate of registration with NSIC must be provided by the tenderer seeking exemption of EMD.
a) Tenders received without or with lesser EMD will be out rightly rejected.
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 in Security Deposit.
e) In case of unsuccessful Tenderers, EMD shall be refunded without interest, within a reasonable time after finalization of the Tender.
(C) Security Deposit:
a) The successful Tenderer, on award of LOI/ Contract, shall deposit, and continue to maintain for the entire period of agreement plus additional three months, a sum equivalent to 5% of the value of Contract as estimated by AIR INDIA LTD., as Security Deposit in the form of Demand Draft / Pay Order/ Bank Guarantee from a Scheduled/Nationalized Bank.
Tender No. DIR/2018/Housekeeping/Enquiry
15
b) The Security Deposit has to be deposited at the time of commencement of the work
but positively before submission of 1st Bill.
c) In case, Security Deposit is not deposited in time, the bills shall not be processed for payment.
d) In case of breach of Contract or violation of any terms of the Contract the Security Deposit shall be forfeited.
e) Such security deposit 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.
f) If any amount due to the Air India Limited is so set off against the said security deposit,
the Tenderer/Service Provider shall have to make good the said amount so set off to bring the security deposit to the original value immediately, and in any event, not later than 10 days of the depletion of the original value.
40. Payment of Bills:
i. The service provider shall submit his monthly bills in duplicate, after certification from
location in-charge, towards the services rendered in the previous month along with the wagesheet,
Attendance sheet, bank transfer details, copies of ESI and PF Challans (ECR) of the respective month to the office of General Manager (Personnel), Air India Limited, Northern Region, New Delhi for scrutiny & processing of the Bills.
ii. The duly certified Monthly Bills after verification shall be forwarded to General Manager
(Finance), AIR INDIA LTD., Northern Region, IGIA-Terminal-1, New Delhi for payment action.
iii. AIR INDIA LTD will make payment on monthly basis by an account payee cheque/
electronic transfer such as NEFT/ECS/RTGS within 30 days of the submission of Bills for the undisputed amount. The Service Provider shall, along with his bills for the preceding month, submit the requisite proof of disbursement of wages as per Govt. Rules and proof of deduction and deposit of P.F. and ESIC etc. pertaining to the previous month to the workers engaged by him under the contract/ agreement with the AIR INDIA LTD. for the said job, as well as proof of payment of any other statutory dues to such workers, failing which the bills shall not be processed for payment.
iv. No advance payment shall be admissible in any case.
v. Necessary deductions at source towards applicable taxes shall be done as per rule applicable from time to time.
41. Shifting of Office Location/ change in workscope:
In case of shifting of Offices from given locations to any other location/modification in the current location resulting in change of workscope then the required manpower requirement and the related charges shall be mutually discussed and agreed upon as per the rates quoted in Financial Bid - Annexure 'D'.
Tender No. DIR/2018/Housekeeping/Enquiry
16
42. Equipments/Consumables to be provided/used by the Service Provider For Housekeeping, upkeep & maintenance including cleaning and dusting of AIL surrounding & premises at all locations:
i) Equipment: Brooms, Swabs, wipers, Toilet cleaning brush, cobweb remover,
dusters, Bamboo khapachhi, extensible steel rod, rope etc.
ii) In case of carpet cleaning requiring vacuum cleaning the same shall be carried out once in a month.
iii) Consumables: Naphthalene Balls, Phenyl, Toilet Cleaner, disinfectant, urinal cube,
Odonil, Liquid soap for hand wash, detergent, sawdust with suitable cleaning agent, large plastic carry bags/equivalent or containers to carry waste/swept material.
iv) Quality of Consumables: All consumables to be used for cleaning should be BIS
marked and to be approved by Air India. v) Completion of Jobs: The cleaning of offices/shops must be completed before start
of the office/shift hours as mentioned against each location.
The successful tenderer is required to keep sufficient amount of Equipment and consumables in advance, In case any shortage of above items, Air India itself will manage the same and cost incurred will be deducted from the bill raised by the Tenderer/ Service Provider. In case of failure to execute the job as per work scope and to the satisfaction of AIL and for not using of quality consumables as specified hereinabove, penalties shall be imposed as mentioned in Relevant clause as the case may be.
43. Penalty: i) In case the Successful Tenderers fails wholly or partly to carry out the assigned Work
within the assigned time or Work is not performed to the satisfaction of “AIR INDIA LTD.”, the same shall be arranged through other agencies at the risk and cost of the Tenderer/Bidder/ Service Provider. In this case “AIR INDIA LTD.” may terminate the Contract without prejudice to any rights which AIR INDIA LTD. may have on the Tenderer under the Contract.
ii) No payment shall be made for the work which is not performed. Also proportionate
deduction shall be made for the same. iii) In case of complaints and non-performance, penalty shall be imposed as specified in
the workscope.
iv) Upon receipt of such complaint/notice from AIL in addition to the above the tenderer shall, with all reasonable speed but not later than 3 days, remove the shortcomings, without prejudice to any other rights, which AIL may have against the Tenderer under the Contract.
v) If the Tenderer having been notified, fails to remove the shortcomings within 3 days period, AIL may proceed to take remedial action as may be necessary at Tenderer’s Cost and risk and without prejudice to any other rights which AIL may have against the Tenderer under the Contract.
44. Recovery of Sum Due:-
Tender No. DIR/2018/Housekeeping/Enquiry
17
i) Whenever under the Contract any sum of money is recoverable from the Tenderer/Service Provider, AIR INDIA LTD. shall be entitled to recover such sum from payments due by AIL to the Tenderer/Service Provider and/or by appropriating in part or full from the security deposit already deposited by the Service Provider.
ii) In the event of the said payment due to by AIL to tender/Service Provider being insufficient and also Security Deposit being insufficient, the balance or the total amount recoverable, as the case may be, shall be deducted from any other sum due to the Service Provider, under this, or any other Contract between the Service Provider and AIR INDIA LTD.. Should this amount be insufficient to cover the said full amount recoverable, the Tenderer/Service Provider shall pay to AIR INDIA LTD. the balance amount, if any, within 30 days of the demand by AIR INDIA LTD.
iii) If any amount due to the Air India Limited is so set off against the said security
deposit, the Tenderer/Service Provider shall have to make good the said amount so set off to bring the security deposit to the original value immediately, and in any event, not later than 10 days of the depletion of the original value.
45. Indemnification:-
a) The Tenderer/Service Provider shall indemnify Air India Ltd against any claims,
damages, loss or penalty including costs thereof in case of liability arising out of any accident/incident involving manpower deployed by him/it.
b) AIR INDIA LTD. will not be responsible for any injury sustained by Tenderer’s/Service Provider’s personnel during the performance of its/their duties and also any damage or compensation due to any dispute between them and it’s personnel. Any expenditure incurred by AIR INDIA LTD. to handle the situation arising out of the conduct of personnel deployed by the Tenderer/Service Provider will be made good from Bills of the Tenderer/Service Provider/Security Deposit.
c) Labour Laws/Statutory Obligations: The Tenderer/Service Provider shall also indemnify AIR INDIA LTD. against any acts, laws, rules and/or regulations (including Labour Laws) and amendments enacted from time to time thereto by any Central/State/Local or Municipal Authorities as also which may be applicable to the Service Provider/Tenderer.
d) The Tenderer shall indemnify AIR INDIA LTD. against third Party claims arising out of equipment malfunctioning/mishandling on the part of personnel provided by the Service Provider
e) The Tenderer shall also indemnify to reimburse any loss or damage by his personnel to AIR INDIA LTD. personnel or property including machinery, equipment or buildings. In case, any such amount is not deposited/ paid to AIR INDIA LTD., the same shall be deducted from Bills/Future payments/Security Deposit, due to the Tenderer/Service Provider.
46. Compliance with Statutory provisions The tenderer shall indemnify AIL for compliance
of the following :-
i) The Tenderer shall be responsible for ensuring compliance with provisions related to Labour Laws (Central/State) and specially Minimum Wages Act, Payment of Wages Act, PF Act, ESI Act, Payment of Bonus Act, Contract Labour (R&A) Act - 1970,
Tender No. DIR/2018/Housekeeping/Enquiry
18
Workmen Compensation Act-1923, Industrial Dispute Act – 1947, Delhi Labour Welfare Fund Act etc. as applicable from time to time.
ii) The Tenderer shall be solely responsible for any cost and consequences on account
of any breach and/or non-compliance of any of the provisions of the Labour Laws. The Tenderer shall indemnify AIL against any claims/cost/damages and penalties in respect of breach of any of the provisions of the Laws in force.
iii) The employee of the Tenderer shall not be deemed to be employee of AIL; hence
the compliance of all the statutory Laws will be the sole responsibility of the tenderer. It shall be the responsibility of tenderer to comply with all liabilities arising out of any provisions of Labour Acts/Enactments hitherto in force or enacted from time to time during the execution of this Service Contract.
iv) All records, documents under various statutory provisions maintained by the
Tenderer shall be open for inspection by an authorized representative of AIL/ 3rd Party authorized by AIL/ to any Law abiding Govt. Agency and Tenderer shall produce the same as and when required for inspection.
v) AIL shall not be responsible for providing any, canteen, medical and/ or transport
facility (inside or outside the Airport) to any personnel of the tenderer.
vi) AIL shall not be responsible for any injury sustained by service provider‘s personnel during the performance of their duties and also any damage or compensation due to any dispute between them. Any expenditure incurred by AIL to handle any such situation arising out of the conduct of deployed workers of the Service Provider or otherwise shall be deducted from the bills / security deposit of service provider.
i) The Service provider has to ensure payment of wages to his employees through ECS
only. The wages should not be less than the Minimum Wages as notified from time to time by the Central/State Government in respect of each of the applicable category of employees. The wages should be paid on or before 7th of the month following.
47. Compliance of Security regulations (wherever applicable):
The Tenderer/Contractor/Service Provider should obtain the requisite approval from DIAL/Airport Authority of India (AAI) and Bureau of Civil Aviation Security (BCAS), Government of India before commencement of the Work, as it has been made mandatory for any Ground Handling Agency carrying out functions in the restricted areas of Indian Airports.
(a) The Tenderer/Service Provider/Contractor shall ensure that all the safety and
security regulations of AIR INDIA LTD., BCAS, DIAL/Airport Authority of India or any other agency associated with airports activity are strictly adhered to and complied with by personnel deployed.
(b) Any violation of security regulations and indulging in illegal activities by his personnel will be at the cost/risk of Tenderer/Bidder/Service Provider.
(c) The Tenderer/Bidder/Service Provider should ensure verification of character and
antecedents of his personnel by Police before deployment, since AIR INDIA LTD. is “protected industry” and Airport is “protected area”. Every employee’s photograph, copy of Police verification of character and antecedents and Contractor’s undertaking to be furnished to Security Department.
Tender No. DIR/2018/Housekeeping/Enquiry
19
(d) The Tenderer/Bidder/Service Provider shall provide at his own cost proper uniforms with high visibility jackets (approved by AIR INDIA LTD.) for the personnel deployed.
(e) On award of Contract, the Tenderer/Bidder/Service Provider will arrange entry passes
for its/his/her personnel at their own cost from BCAS.
(f) The personnel so deployed must be in possession of photo identity cards provided by the Tenderers under his signatures, company’s name and seal apart from PIC issued by BCAS for Airport entry, to be shown if and when demanded by AIR INDIA LTD.’s officials.
(g) The Tenderer/Bidder/Service Provider/Contractor shall have a system to issue / retrieve Airport Entry Permit (AEP) to their employees while they report/leave the AIR INDIA LTD. / Airport premises, so as to ensure that their employees are not misusing the AEP.
(h) The Tenderer/Bidder/Service Provider/Contractor shall have a system to surrender the Expired / Lapsed / Terminated Employees’ AEP to the issuing authority.
(i) Any lapse noticed on the part of Tenderer/Bidder/Service Provider/Contractor or Tenderer’s/Bidder’s/Service Provider’s employee involvement in theft/pilferage/malpractices, shall be inquired into by AIR INDIA LTD.’s security/other officials and suitable action including legal proceedings initiated for breach of Contractual liability and also it will attract penal provisions of law.
(j) The Tenderer/Contractor/Bidder/Service Provider shall take responsibility for good conduct of its/his/her employees in AIR INDIA LTD. premises / airport. If any of the Tenderer’/Bidder’s/Service Provider’s/Contractor’s employees is involved in any theft/pilferage of property of AIR INDIA LTD/Passenger/ Passenger Baggage/ Cargo consignments/AIR INDIA LTD. property kept/present in their areas of Work as assigned by AIR INDIA LTD. AIR INDIA LTD, reserves the right to impose penalty on the Contractor apart from initiating or provide assistance in the legal ramifications.
(k) The Tenderer/Bidder/Service Provider/Contractor shall also be responsible for getting all necessary clearance, if any, from all Govt. Agencies/Legal Authorities including Airports Authority of India/DIAL and BCAS from time to time.
(l) It will be the responsibility of the Tenderer/Bidder/Service Provider/Contractor to ensure that no unauthorized personnel other than those deployed specifically for the Work, gains access to the Airport premises where the services are to be provided.
(m) The Tenderer/Bidder/Service Provider/Contractor should obtain security clearance to comply with requirement of Rule 92, of Aircraft Rules 1937 (amended in 2004) from the BCAS Hqrs, New-Delhi before commencement of the work.
(n) The Tenderer/Bidder/Service Provider/Contractor shall ensure compliance of the following regarding Airport Entry Permits (if applicable). However in the current location AEP is not required as on date:
i) The Tenderer/Bidder/Service Provider/Contractor shall ensure that no person,
who has retired/left the work on his own or has been terminated from service or
Tender No. DIR/2018/Housekeeping/Enquiry
20
whose period of Contract has expired shall retain the Airport Entry Pass issued to him for legitimate function at the Airport.
ii) It shall be the responsibility of Tenderer/Bidder/Service Provider/Contractor that
NOC is not issued to an employee who has retired/left the work on his own or has been terminated from service unless the Airport Entry Pass issued to him is returned to the authorized signatory of the concerned Department/Agency.
iii) It shall be the responsibility of the Tenderer/Bidder/Service Provider/Contractor
to retrieve Airport Entry Passes from the person who has retired/left the work on his own or has been terminated from service or whose period of services has expired and deposit such Airport Entry Passes with the concerned Regional Dy. Commissioner of Security (CA), BCAS within 10 days after retirement/resignation/termination of their employee (s).
(o) Any deviation from the above mentioned instructions i.e. failure to return Airport Entry
Passes within 10 days of retirement, resignation, termination of any employee, would render defaulter and action would be initiated by the BCAS.
48. Interpretation:-
In the event of any difference in the interpretation of any of the clauses of the Service Contract/ Agreement and/or the Tender documents, the clarification given by General Manager (Personnel), AIR INDIA LTD., Northern Region, shall be final and binding.
49. Relationship
The 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.
50. 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 Contract/Service 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" and the award made in pursuance thereof shall be binding on the parties to the arbitration.
51. 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 LTD and Service Provider whatsoever shall be subject to the Jurisdiction of New Delhi / Delhi Courts Only. *********************
Tender No. DIR/2018/Housekeeping/Enquiry
21
Annexure “B” SCOPE OF WORK
Location: Air India GSD Complex and EMF Building at Terminal-2, IGI Airport, New Delhi.
A. The total built up area of GSD Complex is 18850 sq. mtr. covered area and
29500 sq. meter front, rear and side parking/open area including 32 Toilets (20
Gents & 12 Ladies), Wash basins, Stairs, Open Space, approach road and
lanes etc. the complex consists the following building and floors:
1. GSD Complex Workshop Wing
Basement – MMD Store Area
Ground Floor – Different Workshops, Storage Area, Washing Pit & Hanger
Area,Union Office (ACEU), Thrift & Credit Society
Tender No. DIR/2018/Housekeeping/Enquiry
22
First Floor- Office Area, CMS, GSD Admn. Office, Union Office (AIEU)
Second Floor- Mumty, Stairs / Store Room
2. GSD Complex Commercial Wing
Basement-1 (Lower Basement) Electric Sub Station and A/C Plant Machine
Room
Basement-2 (Upper Basement) Stores & Rest Room
Ground Floor- Medical(Clinic/Pharmacy/Drug Store), Canteen & Material
Management Department (Stores)/AHUs
First Floor- MMD Stores (Bar Packing/Dry Packing/Duty Free shop items etc.)
& Office Area, IFSD – Store (Blankets, Magazines, linen etc.) for Flight related
operations.
Second Floor-Security, Cabin Crew Training, Catering Office, P&F, IT,
AHUs.
Third Floor - Stairs, Mumty& Lift Machine Room
3. GSD Complex Annexe (New Building)
(i) Commercial side - Front
Ground Floor/First Floor/Second Floor – Office Area
Third Floor - Stairs, Mumty& Lift Machine Room
(ii)Workshop Side – Rear
Ground Floor – Different workshops & Hanger Area, Washing Pit
First Floor – Rest Room and Office Area.
B. EMF Building
The total area of EMF Building is approximately 3310 sq. mtr. covered area and
2325 sq. mtr. front, rear and side parking/open area including 07 Toilets (06
Gents & 01 Ladies), Wash basins, Stairs, Open Space, approach road and
lanes etc. the complex consists the following building and floors:
(i) Ground Floor – Canteen, Pump Room, MMD Aircraft Store, Security
posts
(ii) First Floor – Office Area
(iii) Second Floor – Office Area
C. Open Area i.e. Approach area, Road, Pavements and unpaved area.
Timings :
IFSD/GSD/MMD/CMS -Round the clock
Canteen -Round the clock.
Security Gate - Round the clock
EMF Building – GF -Round the clock
EMF Building-FF (Rest Room) -Round the clock
Other Offices - General Shift -0930hrs to 1800 hrs.
(A) GENERAL DUTY HOURS: 0930 hours to 1800 hours
Tender No. DIR/2018/Housekeeping/Enquiry
23
AREA DESCRIPTION FREQUENC
Y OF
CLEANING
Medical (Clinic/
Pharmacy/ Drug
Store etc.)
1. Sweeping
2. Wet mopping with disinfectant
3. Vacuum Cleaning
4. Cleaning of dustbins.
Thrice/day
Thrice/day
Once/week
Thrice/day
Shops/Offices 1. Sweeping & wet mopping with disinfectant
2. Vacuum Cleaning
3. Cleaning of dustbins.
Once/day
Once/week
Twice/day
Corridors/Stairs 1. Sweeping
2. Wet mopping with disinfectant
Once/day
Twice/day
Toilets*** 1. Washing and Wet mopping of floors with
disinfectant
2. Servicing and cleaning of urinals, latrines and
Washbasin
3. Cleaning of commode and urinals
4. Cleaning of mirrors, tiles etc.
Thrice/day
Thrice/day
Twice/day
Twice/day
Open Roads/Area 1. Approach Roads, parking, Lanes and Cleaning of
drains
2. Cleaning of Storm Water Drains
3. All type of Terrace with cleaning of storm water drain
Outlets.
Once/day
Once/week
Twice/week
Other Jobs a) (i)Cleaning of Lift Cars
(ii)Cleaning of glass, window panes of rooms from
Inside and outside.
(iii)Removal of cob webs.
(iv)Cleaning of electrical fittings e.g. tube lights, fans,
Exhaust fans etc.
(v)Cleaning/dusting of furniture/fixture.
(vi)Cleaning of sewer lines and manholes.
b) Extensive cleaning of floors by scrubbing washing with
soap etc.
c) Disposal of garbage/waste/swept waste material at
designated disposal point.
d) Specialized cleaning required to be carried out in
standard rooms/bearing rooms/NDT and Battery
Shops, Lift machine rooms
e) Removal of Waste material/debris including cut
vegetation, shrubs, grass and tree leaves & cut
branches etc.
Twice/day
Twice/Week
Twice/Week
Fortnightly
Fortnightly
Weekly
Monthly
Twice/day
Once/day
Twice/day
(B) SHIFT DUTY HOURS: (Morning/Afternoon/Night)
Tender No. DIR/2018/Housekeeping/Enquiry
24
AREA DESCRIPTION FREQUENC
Y OF
CLEANING
MMD,CMS & IFSD
Stores
1. Sweeping & wet mopping with disinfectant
2. Cleaning of dustbins.
3. Disposal of packing cartons/garbage/waste/
swept waste material at designated disposal point.
Once/Shift
Twice/shift
Thrice/Shift
Canteen 1. Sweeping
2. Wet Mopping with disinfectant
3. Cleaning of Dustbins
4. Cleaning of Cooking/Washing Area
Thrice/shift
Thrice/shift
Thrice/shift
Thrice/shift
Shops/Offices 1. Sweeping & wet mopping with disinfectant
2. Vacuum Cleaning and Carpets
3. Cleaning of dustbins.
Once/Shift
Once/week
Twice/shift
Corridors/Stairs 1. Sweeping
2. Wet mopping with disinfectant
Twice/shift
Twice/shift
Toilets*** 1. Washing and Wet mopping of floors with
disinfectant
2. Servicing and cleaning of urinals, latrines and
Washbasin
3. Cleaning of mirrors,tiles etc.
Thrice/shift
Thrice/shift
Twice/shift
Open Roads/Area 1. Approach Roads, Lanes and Cleaning of drains
2. Cleaning of Storm Water Drains
3. All type of Terrace with cleaning of storm water drain
Outlets.
Once/shift
Once/week
weekly
Grd floor rear side
at Hi-Lift aligning/
parking point &
adjoining area in
GSD Complex.
1. Sweeping & wet mopping with disinfectant as
applicable
2. Disposal of garbage/waste/swept waste material at
designated disposal point.
Once/Shift
Twice/Shift
Tender No. DIR/2018/Housekeeping/Enquiry
25
Other Jobs a) (i) Cleaning of glass, window panes of rooms
from inside and outside.
(ii) Removal of cob webs.
(iii) Cleaning of electrical fittings e.g. tube lights, fans,
Exhaust fans etc.
(iv) Cleaning/dusting of furniture/fixture.
(v) Cleaning of sewer lines and manholes up to to
DIAL/ Airport Authority Main line.
b) Extensive cleaning of floors by scrubbing washing with
soap etc.
c) Sawdust cleaning of workshop/hanger floor with oil/
lubricant spillage with suitable cleaning agent
d) Disposal of garbage/waste/swept waste material at
designated disposal point.
e) Removal of Waste material/debris including cut vegetation,
shrubs, grass and tree leaves & cut branches etc.
***Cleaning of Toilets: In order to provide clean, hygienic and
bacteria free Toilets, it is preferred that the Tenderer
position at least the following minimum number of
workers as per the details given below –
GSD Complex Workshop Wing - General Shift
No. Of Toilets on Ground Floor
No. Of Toilets on First Floor
Ladies Toilet Gents Toilet Ladies Toilet Gents Toilet
1 3 2 4
Minimum One worker will be stationed at the toilets
Minimum One worker will be stationed at the toilets
GSD Complex Workshop Wing - Three Shifts (24X7)
No. Of Toilets on First Floor
Ladies Toilet Gents Toilet
1 2
One worker will be stationed at the toilets in each Shift
GSD Complex Commercial Wing - General Shift
Twice/Week
Once/week
Weekly
Fortnightly
Weekly
Once/shift
Once/shift
Twice/shift
Once/Shift
Tender No. DIR/2018/Housekeeping/Enquiry
26
No. Of Toilets on Ground Floor
No. Of Toilets on First Floor
No. Of Toilets on Second Floor
Ladies Toilet
Gents Toilet
Ladies Toilet
Gents Toilet
Ladies Toilet
Gents Toilet
2 3 0 2 3 3
Minimum One worker will be
stationed at the toilets
Minimum One worker will be
stationed at the toilets
Minimum One worker will be
stationed at the toilets
GSD Complex Commercial Wing - Three Shifts (24X7)
No. of Toilets on Ground Floor
Gents Toilet
3
One worker will be stationed at the toilets in each Shift
GSD Complex Annexe - General Shift
No. Of Toilets on Ground Floor
No. Of Toilets on First Floor
No. Of Toilets on Second Floor
Ladies Toilet
Gents Toilet
Ladies Toilet
Gents Toilet
Ladies Toilet
Gents Toilet
1 1 2 1 1 2
Minimum One worker will be
stationed at the toilets
Minimum One worker will be
stationed at the toilets
Minimum One worker will be
stationed at the toilets
EMF Building - General Shift
No. Of Toilets on Ground Floor
No. Of Toilets on First Floor
No. Of Toilets on Second Floor
Ladies Toilet
Gents Toilet
Ladies Toilet
Gents Toilet
Ladies Toilet
Gents Toilet
0 2 0 2 1 2
Minimum One worker will be stationed at the toilets
Minimum One worker will be
stationed at the toilets
EMF Building - Three Shifts (24X7)
No. Of Toilets on Ground Floor No. Of Toilets on First Floor
Gents Toilet Gents Toilet
2 2
One worker will be stationed at the toilets in each Shift
One (1) GENTS Toilet at Security Gate - Three Shifts (24X7)
NOTE: Tenderer will also be required to provide adequate
number of Female Workers from amongst the minimum
workers required as above.
The Tenderer, in any case, is required to deploy adequate
number of manpower to maintain the standards of
Housekeeping at all the above locations. Based on the above
work scope, approximate minimum thirty (30) numbers of
workers on Monday to Friday and minimum twenty(20)
numbers of workers on Saturday, Sunday and Holiday, are
required in addition one (01) Supervisory staff for strict
Tender No. DIR/2018/Housekeeping/Enquiry
27
Equipments / Consumables to be provided/used by the Service Provider For Housekeeping, upkeep & maintenance including cleaning and dusting of AIL surrounding & premises at all locations:
i) Equipment: Brooms, Swabs, wipers, Toilet cleaning brush, cobweb remover, dusters, Bamboo khapachhi, extensible steel rod, rope etc.
ii) Consumables: Naphthalene Balls (Replace weekly), Phenyl,
Toilet Cleaner, disinfectant, urinal cube (Replace weekly), Odonil (Replace fortnightly), Liquid soap for hand wash (Replenish daily), detergent (for washing floor surface and
monitoring and as a single point of contact for work-related
issues should be available.
Responsibility of Supervisor
(i) The supervisor will be the single point of contact to ensure the timely availability, monitoring and continued presence of workers in each shift.
(ii) To mark the attendance of each worker
and maintenance of Log Book. The copy of attendance sheet and the log book to be submitted to the Welfare Section of Air India on a daily basis.
(iii) To ensure all-time availability of
sufficient quantity of equipment and consumables as specified in Clause No 42 of “General Terms and conditions” (Annexure-A). The List/Consumption detail to be submitted to the Welfare Section.
(iv) He shall be responsible for ensuring
proper conduct and behavior of workers deployed by the Service provider and ensuring their presence in uniform
(v) He will be responsible for timely
submission of bills along with supporting documents viz.
(a) Attendance sheet duly certified by
the Welfare Section of AIL.
(b) Satisfactory performance report certified by respective User Department.
(c) Wage sheet, copies of ESI and PF
Challans (ECR) of the previous month
Tender No. DIR/2018/Housekeeping/Enquiry
28
wall tiles every week), sawdust with suitable cleaning agent (stock to be maintained to be used as per requirement), large plastic carry bags/equivalent or containers to carry waste/swept material (for daily disposal of garbage and waste).
Note: In case material is not available as above, a penalty of Rs. 200/- would be imposed (Per Location) on each occasion.
iii) Quality of Consumables: All consumables to be used for
cleaning should be BIS marked and to be approved by Air India.
iv) Completion of Jobs: The cleaning of offices/shops must be
completed before start of the office/shift hours as mentioned against each location.
In case of failure to execute the job as works scope and to the satisfaction to AIL and for not using of quality consumables as specified herein above, penalties shall be imposed as mentioned the tender document, as the case may be.
PENALTY RATES – As per Activity and Location
Tender No. DIR/2018/Housekeeping/Enquiry
29
AREA DESCRIPTION FREQUENCY
OF
CLEANING
PENALTY
Medical (Clinic/
Pharmacy/ Drug
Store etc.)
1. Sweeping
2. Wet mopping with disinfectant
3. Vacuum Cleaning
4. Cleaning of dustbins.
Thrice/day
Thrice/day
Once/week
Thrice/day
(i) Rs. 200/- for any
/ all incidence of
non-
performance.
(ii) Rs. 100/- for any
/ all incidence of
unsatisfactory
Performance
Shops/Offices 1. Sweeping & wet mopping with disinfectant
2. Vacuum Cleaning
3. Cleaning of dustbins.
Once/day
Once/week
Twice/day
Corridors/Stairs 1. Sweeping
2. Wet mopping with disinfectant
Once/day
Twice/day
Toilets*** 1. Washing and Wet mopping of floors with
disinfectant
2. Servicing and cleaning of urinals, latrines
and Washbasin
3. Cleaning of commode and urinals
4. Cleaning of mirrors, tiles etc.
Thrice/day
Thrice/day
Twice/day
Twice/day
Open Roads/Area 1. Approach Roads, parking, Lanes and
Cleaning of drains
2. Cleaning of Storm Water Drains
3. All type of Terrace with cleaning of storm water
drain
Outlets.
Once/day
Once/week
Twice/week
(i) Rs. 500/- for any
/ all incidence of
non-
performance.
(ii) Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
Common Jobs for
all office locations/
toilets/ workshop
areas etc.
(i)Cleaning of Lift Cars
(ii)Cleaning of glass, window panes of rooms from
Inside and outside.
(iii)Removal of cob webs.
(iv)Cleaning of electrical fittings e.g. tube lights,
fans,
Exhaust fans etc.
(v)Cleaning/dusting of furniture/fixture.
(VI) Extensive cleaning of floors by scrubbing
washing with soap etc.
Twice/day
Twice/Week
Twice/Week
Fortnightly
Fortnightly
I. Rs. 500/- for any
/ all incidence of
non-
performance.
II. Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
Other Jobs (i)Inspection of sewerlines and manholes
(ii) Cleaning of sewerlines and manholes.
Monthly
As per
requirement
III. Rs. 500/- for any
/ all incidence of
non-
performance.
Tender No. DIR/2018/Housekeeping/Enquiry
30
(iii) Disposal of garbage/waste/swept waste
material at designated disposal point.
(iv) Specialized cleaning required to be carried
out in standard rooms/bearing rooms/NDT
and Battery Shops, Lift machine rooms
(v) Removal of Waste material/debris including
cut vegetation, shrubs, grass and tree
leaves & cut branches etc.
Monthly
Twice/day
Once/day
Twice/day
IV. Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
(B) SHIFT DUTY HOURS:
(Morning/Afternoon/Night)
AREA DESCRIPTION FREQUENCY
OF
CLEANING
MMD,CMS & IFSD
Stores
1. Sweeping & wet mopping with disinfectant
2. Cleaning of dustbins.
3. Disposal of packing cartons/garbage/waste/
swept waste material at designated disposal point.
Once/Shift
Twice/shift
Thrice/Shift
Rs. 500/- for any /
all incidence of
non-performance.
V. Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
Canteen 1. Sweeping
2. Wet Mopping with disinfectant
3. Cleaning of Dustbins
4. Cleaning of Cooking/Washing Area
Thrice/shift
Thrice/shift
Thrice/shift
Thrice/shift
Rs. 500/- for any /
all incidence of
non-performance.
VI. Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
Shops/Offices 1. Sweeping & wet mopping with disinfectant
2. Vacuum Cleaning and Carpets
3. Cleaning of dustbins.
Once/Shift
Once/week
Twice/shift
Rs. 500/- for any /
all incidence of
non-performance.
VII. Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
Corridors/Stairs 1. Sweeping
2. Wet mopping with disinfectant
Twice/shift
Twice/shift
Rs. 500/- for any /
all incidence of
non-performance.
VIII. Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
Toilets*** 1. Washing and Wet mopping of floors with
disinfectant
2. Servicing and cleaning of urinals, latrines
and Washbasin
3. Cleaning of mirrors ,tiles etc.
Thrice/shift
Thrice/shift
Twice/shift
Rs. 500/- for any /
all incidence of
non-performance.
IX. Rs. 250/- for any
/ all incidence of
Tender No. DIR/2018/Housekeeping/Enquiry
31
unsatisfactory
Performance
Open Roads/Area 1. Approach Roads, Lanes and Cleaning of
drains
2. Cleaning of Storm Water Drains
3. All type of Terrace with cleaning of storm water
drain
Outlets.
Once/shift
Once/week
weekly
Rs. 500/- for any /
all incidence of
non-performance.
X. Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
Ground floor rear
side at Hi-Lift
aligning/ parking
point & adjoining
area in GSD
Complex.
1. Sweeping & wet mopping with disinfectant
as applicable
2. Disposal of garbage/waste/swept waste material
at
designated disposal point.
Once/Shift
Twice/Shift
Rs. 500/- for any /
all incidence of
non-performance.
XI. Rs. 250/- for any
/ all incidence of
unsatisfactory
Performance
NOTE:
1) In case of complaints and non-performance, penalty shall be imposed as specified
above 2) No payment shall be made for the work which is not performed. Also proportionate
deduction shall be made for the same. 3) If the Tenderer having been notified, fails to remove the shortcomings within 3 days
period, AIL may proceed to take remedial action as may be necessary at Tenderer’s Cost and risk and without prejudice to any other rights which AIL may have against the Tenderer under the Contract.
4) The maximum penalty per month will be restricted up to 100% of the Monthly Contract Management Fee.
Tender No. DIR/2018/Housekeeping/Enquiry Dated: 19.04.2018
Annexure ‘C’ Tenderers are to submit this form duly completed
Tender No. DIR/2018/Housekeeping/Enquiry
32
& signed in a sealed/closed envelope superscribed
Subject: Housekeeping, upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings & Premises at Air India GSD Complex and EMF Building, Terminal-II, IGIA, New Delhi
Technical Bid Form- Part A 1 Name of the Company/Establishment
2 Full Address of Registered Office
3 Telephone No./ Mobile Tel No
4 E-mail ID
66 5 Name of Contact Person
6 Nature of company(Whether Proprietorship
Firm/Parternership Firm/Limited
Company/Corporation/Any Other (Specify)
(Encl.Proof)
7
Particulars of Registration-Issued
in the name of the tenderer
Yes/
No
If Yes, give following details
Number
Date of
Issue
Valid upto
A PF Registration with No. &
details(Must)
B ESI Registration with No. & details
(Must)
C PAN/ GIR NO. with details(Must)
D GST No. with details (must)
8a Satisfactory experience of minimum
Two (02) years (after 01/01/2014 up to
the date of opening of the Technical
Bid–Part A) in
housekeeping/upkeep/maintenance/
cleaning of premises of a reputed
organization.
8b Copy of relevant supporting
document(s)/ contract(s) etc , as a
proof of satisfactory experience
required at 8a above, duly self-
attested, to be enclosed
9 Average of Annual Turnovers for the Financial Years 2014-15, 2015-16 and 2016-17 (Amt.
Rs. In Lacs) (Average of the annual turnover for the financial years 2014-15, 2015-16 and 2016-17 should be minimum Rs. 40 lacs): YES/NO
Tender No. DIR/2018/Housekeeping/Enquiry
33
10 Copy of Audited Balance Sheets & P&L account for Financial Years 2014-15, 2015-16
and 2016-17 as per applicable law enclosed. : YES / NO 11 Self attested copy of IT return for the following Assessment Years enclosed : 2015-2016 : YES / NO
2016-2017 : YES / NO 2017-2018 : YES / NO 12 Tender Fee Details: AmountName of Bank Demand Draft No & Date AIL Cash Receipt No Rs.3,000 /-
Valid certificate of registration with NSIC / MSE must be provided for tenderer seeking exemption of EMD. : YES/NO
13 Earnest Money Deposit Details:
Amount Name of Bank Demand Draft No & Date Rs. 2,65,000/-
Along with Tech. Bid-, the bidder will furnish EMD of 2,65,000/- by way of valid DD/PO/ Banker’s Cheque drawn in favour of the Air India Ltd payable at Delhi. Firms having valid registration with NSIC under single point regn. system are eligible for EMD exemption. Valid certificate of registration with NSIC must be provided for tenderer seeking exemption of EMD.
14 Has any Director/Partner/Proprietor been convicted : YES/NO any time by court of law ? (if Yes, give details)
15 Has your company been Blacklisted by any agency : YES/NO of the airport or elsewhere (if Yes, give details) 16 Details of Organizations where services were undertaken justifying three years’
experience in housekeeping/upkeep/maintenance/cleaning of premises (A separate sheet may be enclosed for these details together with a copy of contract(s) duly self-certified)
S.N
o
Name Of
Contract
Name & Address
Airlines/
Organizations
Served
Period of
Contract
(From……. to
………)
No. of
Personnel
Employed
Annual
Value Of
Contract
I
II
iii
17 Any Other information which Tenderer may like to furnish (separate sheet may be
enclosed if required.)
18 CHECK SHEET: Following Documents must be attached with Technical Bid (Annexure-C). Yes No
Tender No. DIR/2018/Housekeeping/Enquiry
34
1. Tender Fee Rs. 3,000/ - (DD/Pay order/Cash Receipt) -
(Must)
Rupees Three Thousand only) Valid certificate of
registration with NSIC must be provided for tenderer
seeking exemption of EMD.
2. EMD Rs. 2,65,000/- (DD/Pay order) - (Must)
(Rupees Three lakh sixty four Thousand only) Along
with Tech. Bid-, the bidder will furnish EMD of
2,645,000/- by way of valid DD/PO/ Banker’s Cheque
drawn in favour of the Air India Ltd payable at Delhi.
Firms having valid registration with NSIC under single
point regn. system are eligible for EMD exemption.
Valid certificate of registration with NSIC must be
provided for tenderer seeking exemption of EMD.
3. Self-Attested copies of:-
A) PF Registration (Must)
B) ESI Registration (Must)
C) PAN/GIR No. (Must)
D) GST Resgistration (Must)
4. Copy of Audited Balance Sheet and P& L account for the
Financial Years: 2014-15, 2015-16 and 2016-17 duly signed by
Proprietor/Director enclosed. (Must)
5. Self-Attested Copy(s) of Income Tax Return for the Financial
Years 2014-15, 2015-16 and 2016-17 enclosed. (Must)
6. Copy of relevant supporting document(s)/ contract(s) etc , as a
proof of 3 years satisfactory experience (after 01/01/2014 up to
the date of opening of the Technical Bid-Part A), duly self-attested
enclosed (Must)
7. List of other Organizations where similar services are provided
currently with Tel No.& contact person
19. UNDER TAKINGS: (To be agreed and signed by the tenderer)
1) Confirmed that 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 us. In particular, if the said Act is applicable to us, we shall obtain the required licenses under the Contract Labour (Regulation & Abolition) Act 1970 from the concerned Labour Authorities within 15 days of obtaining LOI/ Agreement as the case may be at our own cost and initiative and deposit a copy with AIR INDIA LTD. at the time of commencement of the work.
2) Confirmed that the complete Work of Housekeeping , upkeep & Maintenance
including Cleaning and Dusting of AIL Surroundings & Premises as per the Work Scope(Annexure B) given in the Tender Enquiry shall be operational within 30 days from the date of acceptance of Letter Of Intent (LOI).
Tender No. DIR/2018/Housekeeping/Enquiry
35
3) Confirmed that the registrations and licenses under all the applicable local and central
taxes and laws and to be specified separately under each applicable tax/law/Act (i.e. Service Tax/Work Contract Act/Provident Fund Act/ESI Act/Income Tax Act/Shop & Establishment Act etc) shall be produced for verification/checking of Air India Ltd or to a third party authorized by AIR INDIA LTD / agencies of Govt. of India.
4) Confirmed that the requisite work as per enclosed Work Scope (Annexure B) would
be completed to the satisfaction of Air India Ltd. 5) Confirmed that on the spot surprise checks could be conducted by AIR INDIA
LTD/third party authorized by AIR INDIA LTD, anytime and shortcomings are to be overcome by the Tenderer/Service Provider and shall be penalized by Air India Limited.
I have carefully gone through and have understood and hereby agree to abide by all the General Terms & Conditions (Annexure A), Workscope (Annexure B) 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 (Annexure-C) ie. Page 1 to Page 4 are signed and any corrections are duly countersigned.
Date : ___________ Signature_______________________________ Place: ___________ Name & Designation:- ____________________
Co. Name & Seal:_________________________
Tender No. DIR/2018/Housekeeping/Enquiry Dated: 19.04.2018
Annexure ‘D’ Financial Bid Form- Part B
Tender No. DIR/2018/Housekeeping/Enquiry
36
Subject: Housekeeping, upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings &Premises at –Air India GSD Complex and EMF Building, Terminal-II, IGI Airport, New Delhi.
1 Name of the Tenderer Company
2 Address
3 Telephone No./ Fax No./Mobile Tel No./E-
mail Id:
4 Name of Contact Person
5 FINANCIAL OFFER
Rates for the job as per Work-Scope
Amount (in ₹)
(A) Rates per Worker (Unskilled Category) to be deployed from Monday to Friday. These charges shall not include any thing except for current minimum wages as notified by the Govt. of NCT of Delhi from time to time. NOTE: The rate should be correctly quoted as notified by the Government of NCT of Delhi as applicable for the month of March 2018 in respect of concerned category for the current month. Also attach copy of the applicable notification issued by the Government of NCT of Delhi
₹ (in figures): Rs. ………................... per manday ₹ (in words): Rupees…………………………………………………………………………………… per manday
(B) Rate for Supervisor (Semi-skilled Category) These charges shall not include any thing except for current minimum wages as notified by the Govt. of NCT of Delhi from time to time. NOTE: The rate should be correctly quoted as notified by the Government of NCT of Delhi as applicable for the month of March 2018 in respect of concerned category for the current month. Also attach copy of the applicable notification issued by the Government of NCT of Delhi.
₹ (in figures): Rs. ………................... per manday ₹ (in words): Rupees…………………………………………………………………………………… per manday
Tender No. DIR/2018/Housekeeping/Enquiry
37
(C) Monthly Contract Management Fee, equipment, monthly consumables etc. (Please refer to inclusions and exclusions of rates below)
₹ (in figures): Rs.………................... per month ₹ (in words): Rupees …………………………………………………………………………………… per month
Notes: 1. Rates, Govt Taxes, Variation in Minimum Wages: i) Inclusions:
The rates quoted at 5(C) are inclusive of Capital cost if any, Cost of consumables/ material to be used, provision for uniform including high visible jackets, identity card, cleaning equipment, materials such as liquid soaps, sawdust, disinfectants, waste disposal plastic bags (large) etc., Airport Entry permits, AAI/DIAL training cost (if applicable) and Govt. Taxes / levies/GST etc on materials.
ii) Exclusions: a) The employer’s i.e. the selected Tenderer’s contribution towards statutory
levies such as ESI, PF & Bonus would be reimbursed on actual mandays as reflected in the wage sheets of the respective months on production of ESI and PF Challans/ECR.
b) GST as applicable for the services rendered is excluded and would be reimbursed separately by AIR INDIA LTD. on production of receipt as proof of payment.
c) Royalty/Additional Charges levied by DIAL/Airports Authority, if any, are also excluded and shall be reimbursed for the services provided, (if they are applicable at a particular location as per Work Scope – Annexure “B”), on production of receipt as proof of payment.
iii) Increase in Minimum wages: In case the rates of minimum wages are increased by the Govt. of NCT of Delhi, the selected Bidder/Service Provider shall be allowed to claim the increased wages from the effective date as mentioned in such Notification by providing the proof of payment of the increased minimum wages to the respective workers engaged by the selected Bidder/Service Provider in proportion to the mandays reflected along with the names of the concerned workers/supervisor. The reimbursement towards payment of ESI and PF contributions made by the selected Bidder/Service Provider in the same manner, after submitting the proof of payment i.e. copies of ESI and PF Challans/ECR for the corresponding period. However, in case, the rates of minimum wages are decreased by the Govt. of NCT of Delhi, Air India Ltd. shall recover the excess payment with regard to the minimum wages, if payment of the same has already been done to the Service Provider.
(iv)The rates finalized & agreed to at 5(C) above will remain firm during the Contract period and for extended period, if any.
Tender No. DIR/2018/Housekeeping/Enquiry
38
(v) No request shall be entertained for increase in Contractual Consideration during the validity of the contract and extensions, if any, under any circumstances except for
increase in minimum wages as mentioned at 1(iii) above.
vi) Rates not quoted separately as per the format given in the Financial Bid (Annexure D) will be outrightly rejected.
2. The financial bid will be valid for 120 days from the date of opening of Technical Bid.
3. Any overwriting must be signed. 4. All amounts should be mentioned in Figures as well as words. In case of any discrepancy the rates quoted in words would be treated as final.
5. L-1 Criteria: L-1 Party shall be decided on the total charges that includes Monthly Contract Management Fee and Monthly Cost of Equipment and Consumables as quoted at 5(C) only.
6. Declaration: (i) I have carefully gone through and have understood and agreed to abide by the General
Terms & Conditions, Work-scope and Specifications governing the tender.
(ii) I hereby confirm that I am authorized to sign the tender document.
(iii) All the pages of the Financial Bid (Annexure-D) i.e. Page 1 to Page 2 are signed and any corrections are duly counter-signed.
(iv) Certified that the above quoted rates are in compliance with the Minimum Wages Act and all the statutory provisions and rules as applicable.
Date: _____________ Signature:________________________
Place:____________ Name: __________________________
Designation: _____________________
Co. Name & Seal:___________________
Tender No. DIR/2018/Housekeeping/Enquiry
39
Annexure ‘E’
Tender Date: 19.04.2018 Due Date: 16.05.2018
Subject: Housekeeping, upkeep & Maintenance including Cleaning and Dusting of AIL Surroundings & Premises at Air India GSD Complex and EMF Building, Terminal-II, IGI Airport, New Delhi.
FORMAT OF AUTHORIZATION LETTER FOR ATTENDING BID OPENING (ON COMPANY LETTER HEAD) To The GM (MMD), Air India Ltd Terminal – 1, I.G.I Airport New Delhi – 110037
Sub: Authorization for attending bid opening Tender No DIR/2018/House Keeping/Enquiry Dated: 19.04.2018 Closing Date: 16.05.2018 Opening Date: 16.05.2018 Opening Time: 15:00 hrs. The following persons(s) are hereby authorized to attend the bid opening for the Tender mentioned above on our behalf. Sr. No Name E –Mail ID Contact No. Signature _____________________________________________________________________ 1. 2. Authorized Signatory Note: 1. Permission for entry to the hall where bids are opened, may be refused in case authorization letter as prescribed above is not 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.
Page 1 of 1 ************************