T-Chem Effluent Plant 2015

advertisement
AIR INDIA LIMITED
EASTERN REGION: KOLKATA
MATERIALS MANAGEMENT DEPARTMENT
TELEPHONE: 033 2511 7697/2511 0059; Fax: 033 2511 9268
EMAIL: Amc.Mmder@airindia.in
CIN: U62200DL2007GOI161431
Tender No: KOL/MM/AMC/ETP /ENQ/13/1091
Date: 02/11/2015
Sub: Annual contract for Daily Maintenance and Operation of Chemical Effluent Plant at
APU Center, Module-I, AIL, NTA, NSCBI Airport, Kolkata-700 052
Air India Limited (AIL) invites sealed Tenders, under Two Bid System i.e. Technical Bid and
Financial Bid, from Recognised / Registered Firm / Company engaged in the field of
maintenance and operation of Chemical Effluent Plant, having a minimum experience of
5(Five) years in such field, to provide the subject service at Kolkata. Intending bidders fulfilling
eligibility criteria as detailed in the Tender may apply as per the prescribed Tender Document
consisting of 27 pages.
Tender Document with detailed Work Scope & Other Terms and Conditions is to be downloaded
from AIL web-site www.airindia.com on free of charge basis.
The Tender Document consists of the following:
Page 1 to Page 4
Covering letter of NIT
General Terms and Conditions
Annexure A
Page 5 to Page 15
Scope of Work
Technical Bid
Price Bid
Annexure B
Annexure C
Annexure D
Annexure E
Annexure F
Annexure G
Page 16 to Page 18
Page 19 to Page 22
Page 23 to24
Page 25
Page 26
Page 27
Documents to be submitted with the Bid
Format of Covering Letter
Format of authorization letter for attending Bid
opening
1.
Period of Contract: The Contract will be effective for a period of 03 (Three) years from
the date of Commencement of Service.
2.
Guidelines for Submitting Tender Documents: -
2.1
Cover I: TECHNICAL BID: The duly filled, signed and stamped Technical Bid
(Annexure C) along with related supporting documents, Covering Letter (Annexure ‘F’)
and Earnest Money Deposit (EMD) of Rs.12,000/- (Rupees Twelve Thousand Only),
should be enclosed in the Envelope marked as Cover- I and should be super scribed
Technical Bid - “Annual contract for Daily Maintenance and Operation of Chemical
1
Effluent Plant at APU Center, Module-I, AIL, NTA, NSCBI Airport, Kolkata700052.” – Tender No: KOL/MM/ AMC/ETP/ENQ/13/ 1091 Date: 02/11/2015, Due
Date of Opening 24/11/2015”.The Bidders must furnish all information and details
sought / required in the Tender through documentary evidence and put their
signature and official seal on all the pages of such documentary evidence and
Annexures submitted along with Technical Bid. The name of the Bidder, mailing
address, contact no. e-mail-id should also be mentioned on Cover-I.
2.2
Cover II: PRICE BID: The duly filled in Price Bid: enclosed herewith as Annexure D
should be kept in this Cover. The Bidder must sign the Price Bid and affix their official
seal. The Cover containing duly filled-in Price Bid should be sealed and super scribed
PRICE BID “Annual contract for Daily Maintenance and Operation of Chemical
Effluent Plant at APU Center, Module-I, AIL, NTA, NSCBI Airport, Kolkata700052.”– Tender No: KOL/MM/ AMC/ETP /ENQ/13/1091 Date: 02/11/2015. The name
of the Bidder, mailing address, contact no. e-mail-id should also be mentioned on Cover-II.
2.3
Cover III: Master envelope (for Cover I and Cover II): Both the Covers I & II should
further be put in a Master envelope, sealed and super scribed “Annual contract for Daily
Maintenance and Operation of Chemical Effluent Plant at APU Center, Module-I,
AIL, NTA, NSCBI Airport, Kolkata-700052.” Tender No: KOL/MM/AMC/ETP/
/ENQ/13/1091 Date: 02/11/2015. Due date of opening: 24/11/2015.” The name of the
Bidder, mailing address, contact no. e-mail-id should also be mentioned on The Master
Envelope i.e. Cover-III. The same should be submitted to the Office of General
Manager – Materials Management, Air India Limited, New Technical Area, Dum
Dum, Kolkata – 700 052.
Note :
Self-attested copy of documentary proof as required above must be furnished along with
Technical bid Part-I and in case the required information and documents with the Technical
bid are not furnished, the tender is liable to be rejected.
3.
Note: 1.Tenders received without EMD will be out rightly rejected.
2. No indication of the Prices should be made in the Technical Bid.
3. Bidders are required to study the “Annexure E” carefully and submit Bids
accordingly.
Last date/time for submission of Tender: 24th November 2015 (24/11/2015) up to 15:00 hrs.
Opening date/time of Tender (Technical bid): 24/11/2015 at 15:30 hrs.
4.
Tenders will be opened in the presence of Bidders or their authorized representative,
present on the due date of opening i.e. 15:30 Hrs. on 24/11/2015.The authorised
representative must carry an authorization letter (As per specimen provided in AnnexureG) on the letter head of the Bidder on each occasion i.e. 1) Opening of Technical Bid and
2) Opening of Price Bid. Only the Technical Bids of the Tenders received will be opened
on that day and the related Price Bids will be sealed, in presence of Bidders, and kept in
AIL safe custody. The Price Bid of only those Bidders who are found technically
suitable in evaluation of the “Technical Bid” will be opened. The Time, Date and
Venue of opening of PRICE BID(S) will be intimated later to the bidders who have been
2
5.
6.
7.
a.
i.
ii.
b.
c.
d.
e.
8.
9.
found technically suitable in the evaluation of “Technical Bid”. No correspondence in this
regard will be entertained. The sealed Price Bids of the technically disqualified bidders
will be returned to them after finalization of the Contract.
All Columns provided in the Tender Document should be filled with relevant details and
no column should be left blank. Incomplete Tender, Tender where both Technical Bid and
Price Bid are found in the same envelope, Bid received after due date, Only Price Bid
received without the Technical Bid and the requisite Earnest Money deposit and vice versa, Bid received by fax or e-mail , Bid received without signature and official seal ,
Price Bid not received as per the format provided , Technical Bid received without earnest
money deposit or with a lesser amount of earnest money deposit, Technical Bid received
with earnest money deposit submitted in a mode other than as specified in the Tender is
liable to be rejected.
Tenders should be submitted, duly filled in the prescribed form, signed and stamped and
prices clearly written / typed, both in words and in figures without any overwriting. No
corrections and / or overwriting in any part of the Tender document is permissible
and the same, if found, shall render the bid liable to be rejected.
Fraudulent practices: AIL requires that the bidders/contractors should observe the
highest standard of ethics during the bidding process and during execution of contracts. In
pursuance of this AIL:
defines, for the purposes of this provision, the terms set forth below as follows:
“Corrupt practice” means the offering, giving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract execution;
“Fraudulent practice” means a misrepresentation of facts / forging in order to influence a
procurement process or the execution of a contract to the detriment of AIL, and includes
collusive practice among bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive AIL of the benefits of free and
open competition.
Shall reject a proposal for award if it determines that the bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question.
Shall declare a firm ineligible and put on holiday, either indefinitely or for a stated period
of time, if it at any time determines that the firm has engaged in corrupt or fraudulent
practices in competing for, or in executing a contract.
Shall rescind the contract with immediate effect, in case of successful bidder adopting
fraudulent/ corrupt practices during the currency of the contract.
EMD / Security deposit, as the case be, shall be forfeited in addition to putting such
firms on holiday as mentioned above in sub clause (c).
Errant Bidders:
In case after price bid opening the overall lowest bidder (LQ1) is not awarded the job for
any mistake committed by them in bidding or withdrawal of bid or varying any term in
regard thereof, leading to re-tendering, AIL shall forfeit Earnest Money paid by the
bidder and such bidders shall be debarred from participation in re-tendering of the
same job(s) at all locations of AIL.
Proprietorship Firm / Partnership Firm / Company under same management cannot submit
more than one bid. Violation of this condition will result in rejection of such bid.
3
10.
Bidders 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.
11.
12.
13.
Conditional bids would not be accepted and are liable to be rejected.
14.
15.
16.
17.
18.
19.
20.
21.
22.
The rates quoted should be firm for the entire period of Contract.
It will be imperative for the Bidders to fully acquaint themselves with the local conditions
and factors, which may have an effect on the execution of the Contract and/or the cost.
Tenders received after due date and time will not be entertained / considered. Bidders
submitting the Tender through post or courier will do so at their own risk and if the sealed
Tender documents are misplaced or received after the due date and time, AIL will not be
responsible for the same and no correspondence in this regard will be entertained
whatsoever.
If deemed necessary, AIL may seek clarifications on any aspect related to the Tender from
the Bidder. Air India reserves the right, at its sole discretion to seek whatever information,
documents etc. from the Bidder as it may consider necessary for the purpose of evaluation
of the Technical Bids. During the process of the evaluation of Technical Bids, no
queries shall be entertained from the bidders with regard to the status of the
evaluation.
AIL reserves the right to accept or reject any/or all Bids, annul the Tender process and
reject all Bids at any time, prior to the award of Contract, without incurring any liability or
without any obligation to inform the Bidder (s) of the grounds for its action.
In case, if it is found at any stage, that, the information provided by any bidder is not true,
the Bid/Order/Agreement shall be cancelled and appropriate damages shall be claimed
from the bidder/bidder, besides forfeiture of EMD/Security deposit.
The closing date for submission of bids may be extended at any time including after the
schedule date of closing at the sole discretion of AIL.
In case the bidder who has been evaluated by AIL as having offered the lowest bid in
response to the Tender (L1) backs out either before issue of contract / Letter Of Intent or
subsequent to its issue the L1 bidder will be blacklisted for a minimum period of 03
(Three) years. In addition its Earnest Money Deposit / Security Deposit would also be
forfeited.
As it is not the general norm for AIL to carry out price negotiation following evaluation of
the Price Bids, the intending bidders are advised to submit their best quote(s) in response to
the Tender. AIL, however reserves the right to carry out negotiations in exceptional cases
with the bidder who has been evaluated by AIL as having offered the lowest bid in
response to the Tender.
The bid submitted should be valid for 120 days from the date of opening of Technical
Bid.
All intending bidders are advised to visit all work centers before submission of bid. For
any technical clarification pertaining to the above tender, the intending successful bidders
can contact Mr P.Paul, Dy GM (Engg), APU Center, Module-I, AIESL, (Ph. No:
25119721/3386/3092,). For any other general clarification, the intending bidders can
contact AMC Cell MMD, (Ph. No: 033-2511 1740 / 0059 / 7697).
General Manager-MMD
Air India Limited, Kolkata
4
Annexure ‘A’
Tender No: KOL/MM/ AMC/ETP/ENQ/13/ 1091
Date: 02/11/2015
Sub: Annual contract for Daily Maintenance and Operation of Chemical Effluent Plant at
APU Center, Module-I, AIL, NTA, NSCBI Airport, Kolkata-700052.
General Terms and conditions:
1. ‘AIL’ as used in the Tender document means ‘Air India Limited’.
2. The “Bidder” / “Contractor” and/or “Successful bidder”, as used in the Tender document,
shall mean the one who has signed the tender form and submitted the quotation in response to
our tender notice.
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. 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.
iii. Constituted attorney of the firm, if it is a Company.
iv.
Authorized signatory of the firm.
4. Title of the job: Annual contract for Daily Maintenance and Operation of Chemical Effluent
Plant at APU Center, Module-I, AIL, NTA, NSCBI Airport, Kolkata-700052.
5. Period of contract: The Contract will be effective for a period of 03(Three) years from
the date of commencement of service.
6. Acceptance and Execution of Contract:
a. The successful bidder has to convey acceptance of LOI/Contract within 05 (Five) days of
receipt of the same.
b. The successful bidder has to execute the contract within 10 (Ten) days from the acceptance of
LOI / Contract by commencing the services.
c. In case the successful bidder is unable to commence the complete services as per work scope
as detailed in Annexure-B within 10 (Ten) days from the date of acceptance of LOI /
Contract, AIL, shall be intimated the reasons for the same.
d. In case the reasons for delay of commencement of the services are not convincing, AIL
shall have a right to cancel the LOI/Contract and shall be free to make alternate
arrangements and the successful bidder will be black listed for a minimum period of
03(Three) years. In addition its Earnest Money Deposit / Security Deposit would also be
forfeited.
7. Eligibility criteria for undertaking the job :
i) The bidder must be an organisation engaged in maintenance of Chemical Effluent Plant and
having a minimum Annual Turnover of Rs. 8.0 Lac (Rupees Eight Lac) in the last two
financial years i.e. 2013-2014 and 2014-2015. Copy of audited & published Balance Sheet
5
b.
c.
d.
e.
f.
g.
h.
i.
8.
a.
b.
c.
and P&L A/C for 2013-2014 and 2014-2015 or Copy of audited & published Balance Sheet
and P&L A/C for 2013-2014 and Provisional Balance Sheet and P&L A/C for 20142015certified by Chartered Accountant, duly signed & stamped / sealed by the Proprietor /
Director / authorized signatory shall be enclosed as proof of above with the technical bid.
The bidder must have an experience of minimum (05) years (as on the date of opening of the
Technical Bid) in the field of maintenance and daily operation of Chemical Effluent Plant in
large / medium organizations and holding similar contract of Government / Corporate
organizations during last 3 (three) financial years i.e. 2012-2013, 2013-2014, 2014-2015.
Documentary proof/reference in this regard to be submitted along with the Technical Bid.
The bidder must be an Income Tax Payee and should furnish copy of PAN along with the
Technical Bid.
The bidder must submit copies of IT Returns for last two financial years along with the
Technical Bid.
The bidder must have Service Tax Registration and should furnish copy of the same along
with the Technical Bid.
The bidder must have VAT Registration and should furnish copy of the same along with the
Technical Bid.
The bidder must be registered with Corporation / Municipality for carrying out such trade i.e.
engaged in the field of maintenance and daily operation of Chemical Effluent Plant and should
furnish copy of the same along with the Technical Bid.
The bidder must be registered with the concerned ESI authority at the time of application of
tender and should furnish copy of the same along with the Technical Bid.
The bidder must be registered with the concerned PF authority at the time of application of
tender and should furnish copy of the same along with the Technical Bid.
Undertaking :
It shall be the sole responsibility of the successful bidder to ensure that the registration and
licenses under all the applicable Local and Central Taxes and Laws, to be specified
separately under each applicable Tax/Law/Act (i.e. Service Tax/Work Contract
Act/Provident Fund Act/Establishment Act/ESI Act/Income Tax Act/Profession Tax etc.) is
available / obtained / kept valid, and same is produced for verification/checking by AIL or
by a third party authorized by AIL / Agencies of Govt. of India.
It shall be the sole responsibility of the successful bidder, in case LOI / Contract is awarded
by AIL, to obtain Labour License if applicable, as per the existing Government Regulations,
and deposit a copy with AIL at the time of commencement of the job.
It shall be the sole responsibility of the successful bidder to ensure that all labour laws
applicable in respect of his employees whether directly engaged or otherwise, are complied
with. It will be mandatory on the part of the successful Bidder (wherever applicable)
for implementing the provisions of various labour laws such as the Payment of Wages
Act, Minimum Wages Act, the Payment of Bonus Act, Employees State Insurance Act,
Gratuity Act, Payment of Bonus Act, Factory Act Contract Labour (Regulation and
Abolition Act), Provident Fund Act (as applicable) and all other labour Acts / Laws as
well as the Rules made there under as applicable to them from time to time and
promulgated by the Central Govt./ State Govt./ Local Authority. Additionally the
successful bidder shall keep AIL indemnified and harmless against any and all costs,
consequences, litigations, penalties, damages, risk and proceedings that may arise on
6
d.
e.
f.
g.
h.
i.
j.
k.
l.
account of any violation of or non-compliance with any or all provisions of these laws /
rules by the successful bidder / his agents, servants and / or any other person claiming to act
on his behalf.
It shall be the sole responsibility of the successful bidder to obtain wherever required and
keep their Trade License and Profession Tax Registration valid. The successful Bidder must
be responsible for keeping AIL and any other agency carrying out work on behalf of AIL
harmless and indemnified against all costs, consequences, litigations, damages and risk that
may arise out of any violation of these laws / rules by the successful Bidder, their agents,
servants or any other persons acting or claiming to act on their behalf.
It shall be the sole responsibility of the successful bidder to keep AIL harmless and
indemnified against any cost, consequences, litigations, penalties or proceedings arising out
of any violation of any law whether State or Central that may for the time being be in force,
or of any law, rule or regulation of any local or municipal authority, as well as against acts
of negligence, theft, fraud, dishonestly or any other act of omission or commission whether
intentional or otherwise, committed by them or those in their employment or those acting on
their behalf. In case of failure to make good losses/ expenses to AIL pertaining to any
violation, the same shall be deducted from the monthly bills/ security deposit/ future
payments due to the successful bidder.
It shall be the sole responsibility of the successful bidder to indemnify AIL against payment
of penalty/ third bidder claims/ damages/ loss of property of AIL, AAI, any other person/
penalty due to equipment malfunctioning/ mishandling, any accident/ incident on the part of
personnel provided by the Successful bidder. In case, any such amount is not deposited/ paid
to AIL, the same shall be deducted from their monthly bills/ Security Deposit/ future
payments due to the Successful bidder.
It shall be the sole responsibility of the successful bidder, at their own risk and cost, to
arrange insurance for their personnel deployed, against all attendant risks that may be
associated with the job under this contract. AIL shall not be responsible in any manner for
any injury to their personnel engaged in the premises of AIL or for loss or damage of any
material belonging to them placed within the AIL premises.
It shall be the sole responsibility of the successful bidder to ensure that shortcoming(s)
pointed out during on the spot surprise checks conducted by AIL/ Third party authorized by
AIL, are overcome. Additionally the shortcomings, wherever required can also attract penal
measures at the sole discretion of AIL.
It shall be the sole responsibility of the successful bidder to ensure that the complete work of
“Daily maintenance and Operations of Chemical Effluent Plant” as per the Work Scope
(Annexure-B) given in the Tender is made operational within 10 (Ten) days from the date of
acceptance of LOI (Letter of Intent).
It shall be the sole responsibility of the successful bidder to ensure that the requisite work as
per enclosed Work Scope (Annexure-‘B’) is completed to the entire satisfaction of AIL.
It shall be the sole responsibility of the successful bidder to ensure that their firm/company
is not registered in the name of AIL’s employee / in the name of such partner or his /her
family member as owner/proprietor.
It shall be the sole responsibility of the successful bidder to ensure adequate deployment of
skilled/ semi-skilled persons technically capable and experienced in operating similar
Chemical Effluent plants.
7
Note :
Self-attested copy of documentary proof as required above must be furnished along with
Technical Bid and in case the required information and documents with the technical bid are
not furnished, the tender is liable to be rejected.
9.
The technical suitability of bidder and award of work would be subject to compliance of the
eligibility criteria & undertakings as specified in Clause 7 & Clause 8 above and the LOI /
Contract would be withdrawn, if these requirements are not fulfilled.
10. Bidder shall give the official mailing Address, Telephone No., email and Fax Numbers to
which all correspondences shall be sent by AIL. Also if address is changed, the same shall
be intimated to AIL immediately.
11. Any notice by one Bidder to the other pursuant to the Contract (if awarded), shall be sent in
writing to the address specified for that purpose in the Contract.
12. The successful bidder will be liable to handover the plant in running condition with all the equipment
in serviceable condition to the entire satisfaction of AIL at the end of contract or termination of
contract.
13. Rates:
a. The bidder shall quote their rate(s) directly on the format of Price Bid (Annexure -D) .
b. The bidder should quote separate rate for maintenance and operation of Effluent Treatment
Plant. The rate for maintenance should be quoted on monthly basis whereas the rate for
daily operation should be quoted on the basis of gallon of effluent treated per month. In case
there is no operation of Effluent Treatment Plant during the month, only monthly
maintenance charges will be paid to the successful bidder. The payment for daily operation
will be paid based on the actual volume of Effluent treated.
c. The list of materials as detailed under Scope of Work (Annexure-B). is to be maintained
during the course of the contract period at the cost and effort of the successful bidder for
smooth operation.
d. The quoted rate should be inclusive of all applicable Govt. taxes, cess, levies, charges that
may be in force at the time of entering into the contract (except Service Tax and VAT ) , all
materials required, related tools, related tackles , cost of labour required for subject work,
related transportation charges and all other incidental expenses / charges.
e. Applicable Service Tax and VAT will have to be mentioned seperately in thew price bid
format and will be paid by AIL as per rules governing the same.
f. In case of imposition of any new statutory tax / levy during the subsistence of the contract
applicable to such service, the same will be considered by AIL on production of proof of
applicability / payment.
14. Earnest Money Deposit (EMD):
a. Earnest Money Deposit (EMD) of Rs.12,000/- (Rupees Twelve Thousand Only), by way of
Bank Draft/Banker’s Cheque from a Scheduled Bank drawn in favour of ‘Air India Limited”
payable at Kolkata, should be submitted along with the Technical Bid of this Tender. No
other mode of payment is acceptable.
b. Tender will be out-rightly rejected if it is not covered by appropriate deposit of EMD. Receipt
of EMD/ Security Deposit of earlier/other tenders/contracts will not be accepted as EMD
deposit against this Tender.
8
c. SSI units registered with the NSIC under its Single Point Registration Scheme/A-I widows
Associations/A-I Co-operative society/Handicraft Boards, Khadi Village and Cottage
Industries/Social Welfare Organisations / Handicapped and Blind Associations/ Units
registered with the Central Purchase Organisations (e.g. DGS&D) will be exempted from
submission of EMD.
d. EMD will not carry any interest.
e. EMD amount, in respect of successful bidder(s), will be converted into Security Deposit. In
case the successful bidder withdraws or amends its tender, impairs or derogates from the
tender in any respect or declines to accept or honour the Contract if awarded in their favour,
the EMD as deposited by the bidder will be forfeited. If the successful bidder fails to furnish
Security Deposit / Bank Guarantee within the specified period its EMD will be forfeited.
f. If, for any reasons, the Bidder withdraws from the Tender process, at any stage, after opening
the Technical Bid, their EMD will be forfeited.
g. EMD in the case of unsuccessful Bidders, will be refunded free of interest within 45 days
from the date of finalisation of the contract.
15. Security Deposit (SD):
a) The successful Bidder will have to deposit 5% of the total contract value after adjusting the
amount of EMD, as Security Deposit with AIL by means of Demand Draft/Bankers Cheque from
a Scheduled Bank drawn in favour of ‘Air India Ltd.’, payable at Kolkata, within 2 (Two) weeks
of issue of LOI for the satisfactory performance of the Contract. Alternatively, Bank Guarantee
(BG) from a Scheduled Bank, in lieu of the said amount, will be accepted as Security Deposit
The validity of the SD / BG will be till 30 days of scheduled completion of all obligations under
the contract.
b) In case SD is not deposited within the stipulated period mentioned above the same shall be
deducted from the initial bill(s) without any further reference and payment for AMC
service will only be admissible after the entire SD amount has been deducted.
c) Security Deposit will not carry any interest.
d) Security Deposit will be refunded only after successful completion of all the contractual
obligations by the successful Bidder, subject, however, to deduction of penalties, if any, that may
be leviable under the terms of the contract.
e) Security Deposit will be forfeited in the event of the contract offered in full or in part not being
fulfilled by the successful bidder.
f) The cost of submission of SD or execution of BG would be borne by the successful bidder.
g) SSI units registered with the NSIC under its Single Point Registration Scheme/A-I widows
Associations/A-I Co-operative society/Handicraft Boards, Khadi Village and Cottage
Industries/Social Welfare Organisations / Handicapped and Blind Associations/ Units registered
with the Central Purchase Organisations (e.g. DGS&D) will be exempted from submission of
SD.
16. Recovery of Sum Due:
a) Whenever, under this Contract, if any sum of money is recoverable from the Successful
bidder, AIL shall be entitled to recover such amount by appropriating, in part or full, from the
said Security Deposit, already deposited by the successful bidder.
b) In the event of the said Security Deposit being insufficient, the balance of total amount
recoverable, as the case may be, shall be deducted from any sum due to the Successful bidder
9
under this or any other Contract with AIL. Should this amount be insufficient to cover the said
full amount recoverable, the successful bidder shall pay to AIL, on demand, the balance
amount, if any, due within 30 days of the demand by AIL.
c) If any amount due to AIL is recovered by appropriating from the said Security Deposit, the
successful bidder shall have to make good the same amount, so recovered, to bring the
Security Deposit to the original value immediately within 10 days.
17. Compliance of Security Regulations :
a. The successful bidder shall at his own cost and initiative issue Photo Identity Cards (PIC) for
his personnel deployed for AIL job under this contract, to enable them to enter the Non
Restricted areas AIL.
b. The successful bidder shall also obtain entry permit(s) from Security Department , AIL, ER,
for his personnel to facilitate their entry into AIL premises i.e. non restricted area and ensure
that his personnel display their entry permits/Photo Identity Cards at all times while deployed
in the AIL premises and/or the Operational areas.
c. The successful bidder should ensure verification of character and antecedents of their
personnel by Police before deployment for AIL job, since AIL is “protected industry” and
Airport is “protected area”. Every personnel’s name, staff no., designation, contact no.,
mobile no. with two passport size photographs, verification certificate of character and
antecedents and undertaking from successful bidder is to be furnished to Regional Security
Head, AIL, ER.NTA Dum Dum for their record purpose. Any change shall be informed to
AIL in writing within a week of effecting such change.
d. The successful bidder should ensure that all safety and security regulations of AIL and
various other Agencies working in and around the Airport are strictly followed by the
personnel deployed by the successful bidder for this service.
e. AIL being a protected Industry; the personnel deployed by the Successful bidder for this
service will not indulge in any Illegal/Anti Social/ Anti-National activities.
f. Any violation of security regulations and indulging in illegal activities by their personnel will
be at the cost/risk of successful bidder.
18.
a.
b.
Compliance of Labour Law (wherever applicable):The Bidder shall be liable for due observation and implementation of the statutory
conditions or requirements of labour laws as applicable to his / her employees. The Bidder
shall duly comply with all Central and State Acts, laws including Contract Labour
(Regulation and Abolition) Act, 1970 or other statutory rules, regulations, bye-laws as
applicable or which might be applicable.
The Bidder shall at all times indemnify and keep indemnified AIL against any/all claims
under the Workmen’s Compensation Act; Payment of Wages Act, Payment of Bonus Act;
Employees’ Provident Funds & Miscellaneous Provisions Act; Payment of Gratuity Act,
Minimum Wages Act, Employees’ State Insurance Act or any other Act(s) or statutory
amendments / modifications thereof or otherwise for or in respect of any claim for damage
or compensation payable in consequence of any accident or injury / death sustained by any
worker or other personnel of the Bidder or in respect of any claim, damage or
compensation under Labour Laws or any other laws or rules made there under, by any
person whether in the employment of the Bidder or not, who provided or provides the said
Services under this Agreement.
10
c.
d.
e.
f.
g.
h.
i.
The Bidder shall comply with the applicable provisions of all welfare legislations and more
particularly with the Contract Labour (Regulation and Abolition) Act, 1970, if applicable,
for carrying out the purpose of this Agreement. The Bidder shall further observe and
comply with all Government Laws concerning employment of staff employed by the
Bidder and shall duly pay all sums of money to such staff as may be required to be paid
under such laws. It is expressly understood that the Bidder is fully responsible to ascertain
and understand the applicability of various Acts, and take necessary action to comply with
the requirements of Law.
The Bidder shall indemnify and compensate AIL, if AIL, as Principal Employer, under the
Contract Labour (Regulation and Abolition) Act, 1970, becomes liable to assume any
liability towards the workforce engaged by the Bidder. In that event, the provisions
relating to recovery as provided in the relevant clauses of the said Act shall be applicable in
Totality. The Bidder must ensure that within One Month from the receipt of LOI (letter of
intent), they shall obtain Form-V from Air India Ltd and arrange license under
Contract Labour (Regulation & Abolition) Act, 1970 issued by the Competent
Authority. In the event of the Successful bidder not covered by the provisions of the
Contract Labour (Regulation and Abolition) Act, 1970, for any reason, whatsoever, the
Successful bidder shall obtain a letter from the concerned labour authorities confirming the
same.
The Bidder shall ensure that their firm is covered under the Employees Provident Fund and
Miscellaneous Provisions Act and Employees State Insurance Act having its independent
Code number. Thus the bidder shall ensure that all the eligible employees are covered
under these Acts.
The Bidder while submitting bills to the Company as above shall also render documentary
evidence with an undertaking of the deposits of Provident Fund / ESI contributions made
by them in respect of the workforce under consideration for payment of wages, failing
which, the payment of the bill by the Company shall be withheld until such compliance.
At no stage of the Contract shall the employees of the Bidder be deemed to be employees
of Air India Ltd. The Bidder shall be liable not only to pay wages to his employees but
overtime, any compensation, notice pay, gratuity or bonus as payable and the Principal
Employer shall not be held liable for any obligation of the Bidder. Further the Bidder shall
be responsible for providing facilities such as canteen, transport and medical to his
employees as it shall not be binding on AIL to provide these facilities to the persons
deployed by the Bidder. The Bidder shall make arrangements to provide proper and valid
identity cards to the employees.
In case, while on duty and during the course of engagement in the work premises of the
Company under this Agreement, if any of the Bidder’s workforce meet(s) with any injury
indisposition due to the accident or other natural calamities, the Bidder shall ensure that
immediate and adequate medical aid viz. First-aid and subsequent treatment facilities are
provided to the person(s) concerned free of cost and without fail. In addition, the Bidder
shall also be liable for meeting with statutory liabilities under the Employee’s State
Insurance Act, 1948.
The Bidder shall perform the work assignments to the best satisfaction of AIL. In case of
unsatisfactory performance, intimation shall be given in writing to the Bidder and AIL
reserves the right to cancel the Contract forthwith after due notice period. In that event the
11
j.
k.
l.
m.
n.
o.
legal payments made to the workforce of the Bidder shall be fully recoverable from the
Bidder from his / her Security deposit / outstanding bills.
The Successful bidder shall maintain proper record / register as required under the Contract
Labour (Regulation and Abolition) Act 1970 or any other acts, rules and other relevant
enactments thereon. The Records / Registers shall be produced for Verifications /
Inspections as and when required by AIL. AIL reserves the right and power to check
regarding statutory payments of Wages, ESI, EPF, Service Tax, as considered necessary.
The Bidder shall possess a valid licence for the jobs being carried out. The said licenses
and permission issued by statutory authorities shall be renewed from time to time and kept
valid during the currency of the contract.
The Successful bidder shall be the employer of his / her personnel and AIL shall not be
held partially or fully responsible for any dispute that may arise between the Successful
bidder & his / her Personnel.
It shall be sole responsibility of the Successful bidder to settle disputes, if any, arising out
of the engagement between the Successful bidder and the personnel engaged by them. The
management of AIL shall not in any way be responsible, in the event, the personnel
approach to the competent authority, under any Labour Act or the Court, the entire
expenses in this behalf shall be borne by the Successful bidder. For failure, the Successful
bidder shall alone be responsible for all action initiated by the Enforcing Agencies of the
Government & others, including penalties imposed thereon and AIL shall have no
obligation towards them.
The Bidder must ensure registration of their firm / company with each and every authority
under all applicable provisions of law, requiring registration and should further ensure that
all licenses required under each and every applicable provisions of law had been granted to
the said Bidder and that the provisions of Contract Labour (Regulations and Abolition) Act,
1970, Employees Provident Fund and Misc. Provisions Act, 1952, Employees State
Insurance Act, 1948, Payment of Wages Act, 1936, Workmen's Compensation Act, 1923
and Minimum Wages Act, 1948, Employer Liability Act, 1938 are being followed by the
said Bidder in strict compliance thereof. The Bidder shall ensure that all returns that are
required to be submitted under the applicable labour laws shall be submitted from time to
time.
All payments shall be made to the workmen deployed by Successful bidder on a monthly
basis. Attendance register incorporating all details of attendance in respect of the workmen
deployed by them is to be maintained. The Bidder shall ensure that the disbursement of
wages to the persons deployed / engaged by them shall be made on or before the 7th of each
month. It is mandatory that the bidder shall make the payments to their workers through
ECS only. The statement of such payments made for the preceding month, duly
countersigned by the workers should be submitted with the bill for the current month. The
bidder shall furnish the proof of payment of PF and ESI to their workers engaged for AIL
service along with the current bills.
The Bidder shall strictly ensure that Minimum Wages as stipulated by the Central
Government is paid each month to the workmen deployed by them. The Bidder shall
issue salary slips to each of the workmen engaged by them every month in respect of the
wages paid. The Bidder shall ensure that the workmen deployed by them are granted a
paid weekly off. This shall be a mandatory compliance.
12
19. Terms of Payment:
a) The successful bidder shall submit their monthly bills in triplicate by the seventh day of the
following month, towards the service rendered for the preceding month to the Office of Dy
GM (Engg), APU Center, Module-I. The successful bidder shall along with the bills submit
the requisite proof of deduction and deposit of PF, ESIC, disbursement of wages pertaining
to the month for which the bills are raised. Office of Dy GM (Engg), APU Center, Module-I
shall forward the documentary evidence of compliance of Labour Law(s) to the Office of
GM (P) for verification and confirmation of such compliance. After such confirmation the
bills shall be forwarded to the Office of GM (F), AIL, ER for payment action. The bills will
be processed for payment provided bills with supporting documents are complete in all
respects. PAN, VAT Registration Number and Service Tax Registration Number should
be mentioned in each bill raised and the bill should clearly indicate the basic rate and
the applicable taxes e.g. Service Tax / VAT etc. separately.
b) AIL shall make payment by an Account Payee Cheque / RTGS / NEFT within 60 days of
the submission of bills for the undisputed amount provided the compliance of mandatory
Labour Laws is in order as confirmed by Personnel Dept.
c) Necessary deductions towards Applicable Taxes shall be effected at source at the time
of settlement of the bills as prevalent laws/rules.
d) No advance payment is admissible.
20. Penalty:
Penalty due to un serviceability / non operation of plant due to reason solely attributed to
contractor will be levied to them as per rate mentioned below and that is to be deducted from
their monthly bill(s).
a. For un serviceability of Chemical Effluent Treatment Plant deduction will be at the rate of
Rs.1000/- per day or part thereof.
b. Quality of service to be performed should be to our entire satisfaction. In case the services
are not found up to the mark or in case of non-attendance of the maintenance job, the contact
will be terminated, and the loss incurred will be recovered from the pending bills/by
forfeiture of security deposit. AIL also may get the work done from other source at the risk
and cost of the successful bidder.
c. Quality of service to be performed should be to our entire satisfaction. In case the services
are not found up to the mark or in case of non-attending the maintenance job, the contact will
be terminated and the loss incurred will be recovered from the pending bills/by forfeiture of
security deposit. AIL also may get the work done from other source at the successful bidder’s
risk and account.
d. Non-performance of contractual terms & conditions will lead to either imposition of penalty
as deemed fit by the AIL authority or termination of contract.
21. Validity / Termination of Agreement including Blacklisting and Forfeiture of EMD
/ SD conditions:
a. In case after price bid opening the overall lowest bidder (LQ1) is not awarded the job for
any mistake committed by them in bidding or withdrawal of bid or varying any term in
regard thereof, leading to re-tendering, AIL shall forfeit EMD paid by the bidder and
such bidders shall be debarred from participation in re-tendering of the same job at
all locations of AIL.
13
b.
c.
d.
e.
f.
g.
h.
i.
22.
In case the bidder who has been evaluated by AIL as having offered the lowest bid in
response to the Tender (LQ1) backs out either before issue of contract / Letter Of Intent
or subsequent to its issue the LQ1 bidder will be blacklisted for a minimum period of
03 (Three) years. In addition its EMD / SD would also be forfeited.
The validity of the agreement comes to an end IPSO FACTO by efflux of time unless
otherwise renewed/terminated.
In the event of the successful bidder failing to comply with any of the terms and
conditions of the agreement, AIL shall serve a notice of 30 days to the successful bidder
to rectify the breach and improve the performance failing which AIL shall be at liberty
to terminate the agreement by providing 30 days written notice to the successful
bidder.
In case the successful bidder fails to commence the service on the stipulated date and the
reasons for delay of commencement of the service are not convincing, AIL shall have a
right to cancel the LOI/Contract and shall be free to make alternate arrangements
and the successful bidder will be black listed for a minimum period of 03(Three)
years. In addition its EMD / SD would also be forfeited.
AIL may at any time terminate the Contract with immediate effect by giving written
notice to the Successful bidder, if the Successful 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.
AIL may at any time terminate the Contract with immediate effect by giving written
notice to the successful bidder, if the successful bidder adopts any fraudulent
practice as outlined in Clause 7 under the heading Fraudulent Practices on Page (3)
of the Tender, apart from levying any other penalty/ forfeiting EMD / SD.
Either side shall terminate the contract by giving three month notice in writing. In
such an event the terminated party shall have no right to claim any compensation /
damage etc. from the terminating party on account of early termination. However, the
parties should duly comply with their respective obligations during the notice period and
thereafter discharge the obligations arising out of the agreement till the termination.
In case the successful bidder discontinues operation without giving any prior notice, AIL
reserves the right to get their work done from other agency and the difference in
cost that may be incurred over and above the Contractual rate of the Successful
bidder shall be realized and /or recovered from the Successful bidder apart from
levying any other penalty/ forfeiting security deposit.
Arbitration Clause –
Any dispute or difference whatsoever arising between the parties out of or relating to
construction, interpretation application, meaning, scope operation or effect of this contract
or the validity or the breach thereof, shall be settled by arbitration in accordance with the
rules of arbitration of the SCOPE Forum of conciliation and arbitration and the award made
in pursuance thereof shall be binding on the parties.
23. Jurisdiction - Any dispute arising out of this tender whatsoever would be subject to the
jurisdiction of Kolkata Courts only.
14
24.
FORCE MAJEURE:
Neither Party hereto shall be liable for failure to perform or for delay in performing any of its
obligations under the Contract other than those of billing and payment hereunder, if such
failure or delay is caused or results from a condition or FORCE MAJEURE.
The term FORCE MAJEURE as used in this contract means Act of God, War, Revolt, Riot,
Fire Tempest, flood, earthquake, lightning, direct or indirect Consequences of war
(declared/undeclared), sabotage, hostilities, National Emergency, Civil Disturbances, Natural
calamities, Commotion, Embargo (Blockage) or any law or Promulgation, ordinance or
Executive order whether Central or State or Local or Municipal Authorities, Regulation or
Breakage/ Leakage, Bursting or Freezing of Pipeline.
G.M.-MM
AIL, E.R.
15
ANNEXURE-B
Tender No. KOL/MM/AMC/ETP/ENQ/13/1091
Scope of Work
Date:02/11/2015
1. The operation of Effluent Treatment plant will be in normal shift as per AIL schedule from
Monday to Saturday from 09:00 to 16:50 Hrs. (as and when required).
2. As per actual operational requirement of AIL, the successful bidder may be required to
operate the effluent treatment plant on Sunday/Holiday or beyond the normal working hours
i.e. beyond 0900 Hrs. to 1650 Hrs. of weekdays i.e. Monday to Saturday after 16.50 Hrs.
Payment due to duty beyond normal hours or on Sunday/ Holiday will be made as per rate on
per hour basis to be quoted in the rate sheet and as per clause no.(ix), Annexure-III, Rate
sheet.
3. Treatment of Effluent will be carried out in AIL premises. The successful bidder will not take
out any chemical for treatment outside AIL premises.
4. Treated effluent being discharged should be as per Pollution Control Board norms.
5. The successful bidder will arrange to get effluent sample tested/analyzed from the laboratory
recognized by the Government on yearly basis at their own cost. Monitoring Report(s) of
such composite testing done on yearly basis from the Laboratory approved by W.B. Pollution
Control Board should prove that the effluent meets (i.e. confirm to) the prescribed norms of
Central Pollution Control Board. However, if the said report fails in any respect/ parameters,
the successful bidder will take immediate steps within a week to rectify and retest the same
repeatedly at their own cost till the analyst’s/testing report meets the prescribed norms. The
Composite samples of inlet and / or outlet effluent as per Public sewers are required to be
collected on 8 hours shift basis as per prevailing norms.
6. For any additional composite testing if required to be done other than above mentioned
yearly testing, the expenses will be borne by AIL. For such additional sample testing /
analysing from approved Laboratory, the amount will be reimbursed on actual basis by AIL,
provided test is done at govt. laboratory.
7. The successful bidder will take all action at their own cost so as to avoid any adverse action
by any Govt. agency on AIL with regard to Pollution Control.
8. The following chemicals will be discharged for treatment to “Effluent Treatment Plant” :a) Rust Stripper Solution Turco 4181L
b) Diversey 909
c) Orion 510
d) Paraffin/Kerosine/Mobil Jet Oil II
e) PD680 / local cleaning solvent
f) Calibrating fluids,
g) NDT chemicals,
9. Maintenance and operation done by successful bidder will be inclusive of manpower & all
required material(s).
10. Waste disposal at the final drainage should be free from contamination and meet the standard
laid down by pollution control Board. Disposal of Waste at the final drainage after the
treatment should be carried out by the successful bidder at their own cost.
16
11. The successful bidder should facilitate to obtain “No Objection Certificate” from Pollution
Control Board, Govt. of West Bengal on behalf of AIL. The requisite fees of Pollution
Control Board (if any) in respect to ‘No Objection Certificate’ will be borne by AIL.
12. The successful bidder should maintain the operation date logged in a specified manner so that
these may be inspected by the competent authority as and when required.
13. The successful bidder will prepare Efficiency Report of the installed Effluent Treatment
Plant and submit the same to the pollution control authorities as and when required.
14. The successful bidder will prepare Annual Environmental Statement in proper format as it is
a mandatory requirement of Environmental Audit under Environmental Protection Act, 1986
and submit the same every Financial Year (or as required) to the pollution control authorities.
15. The successful bidder will make application (for authorization of Hazardous Waste) in the
prescribed form under the Hazardous Waste (Management & Handling) Rules 1989 as a
Mandatory requirement of Environment (Protection) Act, 1986 and submit the same to
Pollution control Authorities as and when required at their own cost. The successful bidder
shall also take all practical steps to ensure proper handling and disposal of such categorized
Hazardous Wastes, on behalf of AIL.
16. Any material supplied by successful bidder or workmanship of sucessful bidder is found
defective during this period such defects would have to be removed and rectified by the
successful bidder free of cost.
17. The successful bidder has to bring his tools tackles and other facilities, during the course of
work. No other facility except electricity and water will be provided to them by AIL.
18. Due to mishandling / negligence / incorrect maintenence on the part of sucessful bidder, if
any equipment or parts requires replacement, which is not covered under contract, the same is
to be replaced by the successful bidder free of cost.
19. The successful bidder should deploy adequate number of skilled and unskilled labours for
operating and maintenance of the plants including electrical works.
20. Any parts taken outside of AIL premises for repairing or changing or for any purpose must be
authorized by AIL representative by valid gate pass. A logbook is to be maintained for
keeping record of parts taken out /returned back.
21. Any material supplied by the party should be of best quality and that to be certified by the
Engineer In-charge of Effluent Treatment Plant, AIL, APU Centre before use of the same in
the plant.
22. Scrappage generated out of replacement or during work are to be handed over to the Engg.
Department, APU Centre against written documentation.\
23. Any debris generated during the course of work will be cleared by the successful bidder at
their own cost.
24. During
the
process
of
overhauling
or
routine
maintenance
if
any
modification/improvement/repair of plant is required to be undertaken that is to be approved
by the Engineer In-charge of Engg. Department, AIL, APU Centre in writing before such
modification/improvement/repair of plant is undertaken.
25. The expenditure required for replacement of major components like pumps, valves, etc. will
be borne by AIL or same may be reimbursed by AIL on submission of Original bill after
getting necessary approval form the competent authority of the user department.
17
26. Lists of all materials required to be maintained for smooth and efficient functioning of
Effluent Treatment Plant are given below:
Sl.
No.
Name of
Chemicals
Specification
Approx. % of chemical solution
to be prepared for closing
1.
Hydrated Lime
[Ca(OH)2,2H2O]
Technical grade with minimum
80% as Ca(OH)2 as per IS
40:1990 (Part2)
5%
2.
Industrial /
Commercial Alum
Minimum 10% as AI203 as per
IS 299:1989
5%
3.
Fuel L.D.O.
Calorific value–10,500 K.cal/kg
N.A.
Sulphur content – 1.8% by wt.
Ash content – 0.02% by wt.
The bidder willing to inspect the Chemical Effluent Plant at APU Center, Module-I, AIL, NTA,
NSCBI Airport ,Kolkata-700052, prior to quoting the rate may inspect the same from Monday to
Friday between 10.00 Hrs to 15.00 Hrs at the above-mentioned address. For further clarification,
they may contact at the Tel. No. 2511-9721, Extn: 3050 to Mr. P.Paul, Dy GM (Engg), APU
Center, Mod-I, AIL, E.R.
G.M.-MM
AIL,ER
18
ANNEXURE-C
TECHINICAL BID
Tender No. KOL/MM/AMC/ETP/ENQ/13/1091
Date:02/11 /2015
Details to be submitted in this Technical Bid Form duly completed & signed with official seal
and the same has to be put and sealed in an envelope as detailed in Point 2.1 of Page 2 of
Guidelines for Submitting Tender Documents.
Note:
1) Self Attested Documentary evidence with official seal, for each requirement (as the case
may be) as sought under the heading description in Profile of the Bidder should be enclosed
with this Technical Bid Form.
2) Please note all the above Self Attested Documentary evidence related and attached to
this Technical Bid Form have to be serially numbered as page ‘ _ of _ ’ and mentioned in
the column 4 of table below.
3) Annexure-F of the Tender Document duly signed with official seal and date to be
enclosed along with this Technical Bid Form.
4) Requisite EMD should be enclosed along with this Technical Bid Form
Profile of the Bidder
Sr.
No.
Description
Furnish Information Here
Mention the
page no. as
indicated in the
Note 2 above
Remarks
XXXX
1.
Name of the Company
2.
Nature of establishment
(proprietary/partnership/company) please
enclose a copy of registration certificate
3.
In case of partnership/company please
provide the names of the partners/ directors
with full address/ telephone nos.
4.
a) Full address of the Regd. Office
b) Telephone No.
c) Mobile No.
d) Fax No.
e) Email Address
f) Name of Contact person
g)Name of 2nd Contact person
XXXX
XXXX
XXXX
19
Sr.
No.
5.
6.
7.
8.
Description
Furnish Information Here
Must have an experience of minimum (05)
years (as on the date of opening of the
Technical Bid) in the field of maintenance
and daily operation of Chemical Effluent
Plant in large / medium organizations and
holding similar contract of Government /
Corporate organizations during last 3
(three) financial years i.e. 2012-2013,
2013-2014, 2014-2015. Documentary
proof/reference in this regard to be
submitted along with the Technical Bid.
Yes/ No
Must be a firm/company organisation
engaged in maintenance and operation of
Chemical Effluent Plant and having a
minimum Annual Turnover of Rs. 8.0
Lac (Rupees Eight Lac) in the last two
financial years i.e. 2013-2014 and 20142015. Copy of audited & published Balance
Sheet and P&L A/C for 2013-2014 and
2014-2015 or Copy of audited & published
Balance Sheet and P&L A/C for 2013-2014
and Provisional Balance Sheet and P&L
A/C for 2014- 2015certified by Chartered
Accountant, duly signed & stamped /
sealed by the Proprietor / Director /
authorized signatory shall be enclosed as
proof of above with the technical bid.
Must have PAN Registration
(Copy of PAN card to be enclosed.)
Yes / No
Yes / No
Yes / No
If answer is No
Tender stands
rejected
2013-2014……….
PAN………..
Year:
2013-2014
2014-2015
10.
If answer is No
Tender stands
rejected
If answer is No
Tender stands
rejected
If answer is No
Tender stands
rejected
Yes / No
Service Tax
Registration
No……………….
If answer is No
without
proper
justification
Tender stands
rejected
Yes / No
VAT Registration
No……………….
If answer is No
without
proper
justification
Tender stands
rejected
9.
Must have VAT Registration
(Copy to be enclosed.)
Remarks
2014-2015……….
Must have filed Income Tax Returns for the
last two accounting years Copy of the same
to be enclosed
Must have Service tax Registration
(Copy to be enclosed.)
Mention the
page no. as
indicated in the
Note 2 above
20
Sr.
No.
Description
Furnish Information Here
Yes / No
11.
Must have ESI and PF registration either in
the name of bidder or tie-up through a third
Party. Copy of same to be enclosed
ESI
Code…………..
PF
Code……………
…
12.
13.
14.
15.
16.
17.
18.
Must be registered with Corporation /
Municipality for carrying out such trade i.e.
engaged in the field of maintenance and
operation of Chemical Effluent Plant
Should confirm that they will deploy
adequate number of skilled / semi-skilled
persons
technically
capable
and
experienced in operating similar Chemical
Effluent Plant
Should confirm whether any Director/
Partner / Proprietor has ever been
convicted.
Should confirm whether any employee of
AIL or his/her spouse is related to their
company in any capacity(if yes give
details)
Should provide List of clients with phone
nos and contact person, where similar
services are being provided in past is to be
enclosed
Should furnish Number of personnel as
well as category and qualification of
respective personnel engaged by the bidder
.Number of experts in their organisation
having Environmental Science qualification
or being chemical engineer has also to be
indicated.
Should confirm whether any contract /LOI
issued to the Bidder was terminated /
rescinded due non-compliance of Terms &
Conditions of the Tender./ non-compliance
of the provision of Statutory Labour laws/
Criminal Offences in the past / Fradulent
practice.
Yes / No
Trade License
…………………
….
Yes / No
Yes / No
Yes / No
Mention the
page no. as
indicated in the
Note 2 above
Remarks
If answer is No
Tender stands
rejected
If answer is No
Tender stands
rejected
If answer is No
Tender stands
rejected
Any wrong
declaration if
detected later
will render the
Tender/
Contract void
Any wrong
declaration if
detected later
will render the
Tender/
Contract void
For
information
only
For
information
only
Yes / No
If Yes, not
eligible
21
Sr.
No.
Description
Furnish Information Here
Should confirm whether Bidder was
blacklisted by any Government agency.
Yes / No
19.
20.
Any other information which Bidder may
like to furnish (Separate Sheet may be
Enclosed if required.
21.
EMD/DD of Rs.12,000/- (Rupees Twelve
Thousand Only) submitted
XXXX
Mention the
page no. as
indicated in the
Note 2 above
Remarks
If Yes, not
eligible
XXXX
XXXX
DD No. & Date:
Yes /No
XXXX
If answer is No
Tender stands
rejected
I / We have carefully gone through and have understood the General Terms & Conditions,
Work scope, Eligibility Criteria and all the Undertakings governing the tender consisting of
27pages and agree unconditionally to abide by / accept all of them.
I hereby confirm that I am authorized to Sign the tender Documents.
Signature of Authorized Signatory : ____________________
Name of Authorized Signatory
: ____________________
Designation
: ____________________
Company Name & Seal
: _____________________
Place
: _____________________
Date
: ____________________
G.M. – MM
AIL, E.R.
22
ANNEXURE-D
Tender No. KOL/MM/AMC/ETP/ENQ/13/1091
Date: 02/11/2015
PRICE BID
Sl.No.
Particulars
(a)
Rate (Rs.)
(b)
Unit
(c)
In Figures:Rs.
1.
Maintenance of Effluent Treatment Plant
Per month
In Words:Rupees
In Figures:Rs.
2.
3.
4
Daily Operation of Effluent Treatment Plant
{Monday to Saturday (9:00 AM to 4:50 PM)}
Payment for duty beyond normal hours or on
Sundays / Holidays on as and when required
basis.
Total Rate per Month {1c +(2c X 15
gallons*)}
5.
Service Tax (on Total Rate at Sr. No.4)
6.
VAT (on Total Rate at Sr. No.4)
7.
Consolidated Rate per month :
( Sr. No 4 + 5 + 6)
In Words:Rupees
Per gallon
of effluent
treated
In Figures:Rs.
Per hour
In Words:Rupees
In Figures:Rs.
In Words:Rupees
Percentage:
Amount:Rupees
Percentage:
Amount:Rupees
In Figures:Rs.
In Words:Rupees
*For the purpose of calculation of LQ1 an indicative quantity of 15 gallon of effluent waste per
month will be taken into account.
Note:
The rate(s) quoted above should be in accordance with the Clause of “ Rates” , Clause of
Scope of Work and in accordance with compliance all mandatory stipulations / regulations
detailed in the tender including applicable Labour Laws :i)
ii)
LQ1 will be decided on consolidated rate per month as per Sr. No. (7) of Price Bid .
The rate quoted by LQ1 bidder against Sl. no.3 (Payment due to duty beyond normal
hours or on Sundays / Holidays) in the rate sheet will not for part of LQ1 calculation .
However the same has to be matched on the basis of lowest quote received under this
head from any other bidder and the same will be binding on LQ1 bidder.
23
UNDERTAKING :
I / We have carefully gone through and have understood the General Terms & Conditions, Work
scope, Eligibility Criteria and all the Undertakings governing the tender consisting of 27pages and
agree unconditionally to abide by / accept all of them.
I hereby confirm that I am authorized to Sign the tender Documents.
Signature of Authorized Signatory
: ____________________
Name of Authorized Signatory: ____________________
Designation
: ____________________
Company Name & Seal
: _____________________
Place
: _____________________
Date
: ____________________
G.M. – MM
AIL, E.R.
24
Annexure ‘E’
Tender No. KOL/MM/AMC/ETP/ENQ/13/1091
Date:02/11/2015
SUB: Tender for Annual contract for Daily Maintenance and Operation of Chemical
Effluent Plant at APU Center, Module-I, AIL, NTA, NSCBI Airport, Kolkata-700052
(TO BE READ CAREFULLY FOR SUBMISSION OF BID)
Documents to be submitted with Tender Form
Cover I: TECHNICAL BID: The duly filled, signed and stamped Technical Bid (Annexure C)
along with related supporting documents, Covering Letter (Annexure ‘F’) and Earnest Money
Deposit (EMD) of Rs.12,000/- (Rupees Twelve Thousand Only), should be enclosed in the
Envelope marked as Cover- I and should be super scribed Technical Bid - “Tender for
Annual contract for Daily Maintenance and Operation of Chemical Effluent Plant at APU
Center,
Module-I,
AIL,
NTA,
NSCBI
Airport,
Kolkata-700052”.
KOL/MM/AMC/ETP/ENQ/13/1091 Date: 02/11/2015. The Bidders must furnish all
information and details sought / required in the Tender through documentary evidence
and put their signature and official seal on all the pages of such documentary evidence and
Annexures submitted along with Technical Bid. The name of the Bidder, mailing address,
contact no. e-mail-id should also be mentioned on Cover-I.
Cover II: PRICE BID: The duly filled in Price Bid: enclosed herewith as Annexure D should
be kept in this Cover. The Bidder must sign the Price Bid and affix their official seal. The Cover
containing duly filled-in Price Bid should be sealed and super scribed PRICE BID “Tender for
Annual contract for Daily Maintenance and Operation of Chemical Effluent Plant at APU
Center, Module-I, AIL, NTA, NSCBI Airport, Kolkata-700052”– Tender No:
KOL/MM/AMC/ETP/ENQ/13/1091 Date: 02/11/2015. The name of the Bidder, mailing address,
contact no. e-mail-id should also be mentioned on Cover-II.
Cover III: Master envelope (for Cover I and Cover II): Both the Covers I & II should further
be put in a Master envelope, sealed and super scribed “Tender for Annual contract for Daily
Maintenance and Operation of Chemical Effluent Plant at APU Center, Module-I, AIL,
NTA, NSCBI Airport, Kolkata-700052” Tender No: KOL/MM/AMC/ETP/ENQ/13/1091
Date: 02/11/2015. Due date of opening: 24/11/2015.” The name of the Bidder, mailing address,
contact no. e-mail-id should also be mentioned on The Master Envelope i.e. Cover-III. The same
should be submitted to the Office of General Manager – Materials Management, Air India
Limited, New Technical Area, Dum Dum, Kolkata – 700 052.
25
ANNEXURE-F
FORMAT OF COVERING LETTER FOR SUBMISSION OF TENDER DOCUMENTS
ON THE LETTER HEAD OF THE BIDDER
(TO BE SUBMITTED ALONG WITH TECHNICAL BID)
TO
DY. GENERAL MANAGER (MM),
AIR INDIA LTD.,
NEW TECHNICAL AREA,
NSCBI AIRPORT
KOLKATA-700052
Ref:
Date:
Sub: Tender for Annual contract for Daily Maintenance and Operation of Chemical
Effluent Plant at APU Center, Module-I, AIL, NTA, NSCBI Airport, Kolkata-700052
Tender No. Ref: Tender No. KOL/MM/AMC/ETP/ENQ/13/1091
Date: 02/11/2015
Due on: 24 /11/2015
Dear Sir,
We have gone through the Tender documents along with the terms & conditions mentioned
therein and are pleased to submit our technical and price bid.
We agree to accept the terms and conditions as stipulated unconditionally.
Thanking you,
Yours faithfully,
Signature:
Name:
Designation:
Name of Company:
Address:
Company seal:
Phone No.:
Fax. No.:
E-Mail:
26
Annexure ‘G’
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
(ON COMPANY LETTER HEAD)
To
General Manager
Materials Management
Air India Ltd., ER, Kolkata
Sub:Authorisation for Opening of Bid
Tender No. KOL/MM/AMC/ETP/ENQ/13/1091
Date: 02/11/2015
Opening Date: 24/11/2015
Opening Time: 15:30 Hrs.
The following person(s) is 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.
Authorised Signatory
Note:
1.
2.
3.
Permission for entry to the hall where bids are opened, may be refused in case
authorisation as prescribed above is not received.
The authorised representatives, in their own interest, must reach the venue of bid opening
well in time.
The authorised representative(s) must carry a valid photo identity.
27
Download