AAI CARGO LOGISTICS AND ALLIED SERVICES

Similar documents
TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

BID DOCUMENT HIRING OF VEHICLES BY TATA INSTITUTE OF SOCIAL SCIENCES, MUMBAI

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

TENDER FOR HIRING OF CARS/TAXI

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

The last date for submission of the bids is at

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

PUNJAB TECHNICAL UNIVERSITY,

Notice for inviting E-Tender for hiring of vehicles

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

Biotech Park, Lucknow

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

BALMER LAWRIE & CO. LTD.

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Notice for inviting Tender for hiring of vehicle

Please purchase PDFcamp Printer on to remove this watermark.

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

NOTICE INVITING TENDER

BHARAT HEAVY ELECTRICALS LIMITED,

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

LAKWA THERMAL POWER STATION

The tender document may be download from the website,www,cdac.in/

TENDER DOCUMENT No.CSIR-NAL/PBMA-4/ /S-VI

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

LIMITED TENDER FOR HIRING OF CARS ON RENTAL BASIS FOR THE PATENT OFFICE, CHENNAI. (Tender No. PATENT/CHE/Tender/CAR HIRING/2017)

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

NOTICE INVITING e-tender

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. SECURITY SERVICES in

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT ASSAM REGIONAL OFFICE, GUWAHATI NAME OF TENDER

Hiring of Commercial Vehicle for Official Use at STPI

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

Notice inviting e-bids for Printing and Supply of IEC Material

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

Annexure II. Terms and conditions

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

No.CSB/CSR&TI/Maint-38-20/ Date : To CSB & CSR&TI Web Site & e-procurement Portal.

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

BID DOCUMENT SECTION I

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

FILE NO. TENDER-1/2010-PGIMER GOVERNMENT OF INDIA POST GRADUATE INSTITUTE OF MEDICAL EDUCATION & RESEARCH DR. RML HOSPITAL, NEW DELHI

TENDER DOCUMENT FOR. HIRING OF CAR (Tender No BIS/ERO, Kolkata/13-14/HC)

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

TERMS AND CONDITIONS I. GENERAL CONDITION OF TENDER GENERAL CONDITIONS OF THE CONTRACT

PEC University of Technology, Chandigarh

NIT NO.VSP/HOUSEKEEPING/ /01 Dated : र य इ प त नगम लम ट ड / RASHTRIYA ISPAT NIGAM LIMITED वष खप णम टल ल ट / Visakhapatnam Steel Pla

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

NOTICE INVITING TENDER

GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY OFFICE OF THE CONTOLLER GENERAL OF PATENTS, DESIGNS & TRADEMARKS

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

GOVERNMENT OF KARNATAKA

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

No. HCA-II / 22/ 2016 DATED: 5th October TENDER DOCUMENT

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

TELANGANA FOODS (formerly A.P.Foods) (An ISO 22000:2005 Certified Public Enterprise)

INDIAN INSTITUTE OF TECHNOLOGY INDORE

ESI CORPORATION MODEL HOSPITAL

National Fund for Basic, Strategic and Frontier Application Research in Agriculture (NFBSFARA)

SCHEDULE 1. KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED (Maveli Bhavan, Gandhi Nagar, Kochi 20 ) C1-5783/16 Dated:

INDIAN INSTITUTE OF TECHNOLOGY INDORE

ONLINE TENDER FOR HIRING OF COURIER SERVICES FOR IN-BOUND AND OUT-BOUND LOGISTICS OF PARCELS, ENVELOPES ETC In GUJARAT & ACROSS INDIA

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

Transcription:

AAI CARGO LOGISTICS AND ALLIED SERVICES Air Cargo Complex, Veer Savarkar International Airport, Port Blair 744 103 TENDER DOCUMENT FOR DEPLOYMENT OF CLOSED BODY TRUCKS FOR AAICLAS USE AT VSI AIRPORT, PORT BLAIR. 1

AAI CARGO LOGISTICS AND ALLIED SERVICES AIR CARGO COMPLEX, VEER SAVARKAR INTERNATIONAL AIRPORT, PORT BLAIR 744 103. NIT Name of Work: DEPLOYMENT OF CLOSED BODY TRUCK FOR AAICLAS USE AT VSI AIRPORT, PORT BLAIR EMD Amount : Rs. 48,000/- Period of Contract Cost of Tender Documents Issued to Date & Time of submission of Application Date of issue of Tender Date & Time Of Submission Of Tender Date & Time of opening : 01 year : Rs. 1120/- (Non refundable) inclusive of GST. : M/s. : 09/08/2018 TO 18/08/2018 upto 1500 hrs. : 09/08/2018 TO 22/08/2018 upto 1500 hrs. : 23/08/2018 UPTO 1500 HRS :23/08/2018 AT 1530 HRS. Manager (Cargo) 2

INDEX SL.NO. DESCRIPTION PAGE NO. 1. NOTICE INVITING TENDER 04-05 2. TERMS & CONDITIONS 06-12 3. SCHEQULE OF QUANTITIES 13 4. ACCEPTANCE LETTER ANNEXURE - I 14 5. TENDER FORM (TECHNICAL) ANNEXURE - II 15 6. TENDER FORM (FINANCIAL) ANNEXURE - III 16 3

AAI CARGO LOGISTICS AND ALLIED SERVICES AIR CARGO COMPLEX, V.S.I. AIRPORT, PORT BLAIR NOTICE INVITING TENDER AAICLAS/PB/CARGO/TRUCK/01/2018-19 Date: 09.08.2018 1. Sealed tenders in two envelope system (Technical & Financial bid) are invited by Manager (Cargo), AAICLAS, VSI Airport, Port Blair on Behalf of Chairman, AAICLAS, Rajeev Gandhi Bhawan, New Delhi from Registered Travel Agencies and Transporters for providing well maintained and road worthy transport Closed Body Trucks at the disposal of AAICLAS on monthly hire basis as per the specifications/requirements mentioned in the tender documents for a period of one year extendable by one more year on satisfactory performance and sole discretion of AAICLAS. 2. TENDER SCHEDULE: 2.1. TENDER AMOUNT : Rs. 1120/- (Non Refundable)inclusive of GST. 2.2. ESTIMATED COST FOR ONE YEAR : Rs. 23,90,000/- 2.3. DATE AND TIME OF SUBMISSION OF : 09/08/2018 TO 18/08/2018 upto 1500Hrs APPLICATION FORM O/o MANAGER (CARGO), AIR CARGO COMPLEX, V.S.I. AIRPORT, PORT BLAIR. 2.4. DATE OF ISSUE OF TENDER : 09/08/2018 TO 22/08/2018 upto 1500 Hrs O/o MANAGER (CARGO), AIR CARGO COMPLEX, V.S.I. AIRPORT, PORT BLAIR. 2. 5. LAST DATE AND TIME OF : 23/08/2018 UPTO 1500 HRS. SUBMISSION OF TENDER 2. 6. OPENING OF TENDER : 23/08/2018 AT 1530 HRS. 3. The tender documents can be obtained from the O/o. Manager (Cargo), Air Cargo Complex, AAICLAS, VSI Airport, Port Blair by submitting an application along with the following documents. 3.1 Tender Fee of Rs. 1120/- (Non Refundable) (inclusive of GST) in the form of Demand Draft only from a nationalized / scheduled bank in favour of AAICLAS, VSI Airport, Port Blair payable at Port Blair. 3.2 Attested copy of Valid Company Registration Certificate of the firm. 3.3 Attested copy of PAN card, GST Registration Certificate. 3.4 Attested copy of RC book/commercial permit/road worthiness/pollution under control Certificate/Comprehensive Insurance of vehicles proposed to be deployed. 3.5 Attested copy of income tax return for last three financial years ending 31.03.2017. 3.6 Copy of turn over certificate in original issued by a Charted Accountant. The tenderer shall have an average annualized turnover of minimum 7 (seven) Lakhs in last three financial years ending 31.03.2018. 3.7 Duly signed Unconditional Acceptance of AAICLAS tender conditions. 3.8 A declaration has to be given on a non-judicial stamp paper of Rs. 100/- duly attested by Notary public indicating the following details: a) The details of their contracts at all the airports of AAI as a whole; 4

b) Their liability of payment of disputed/undisputed dues of AAI/AAICLAS at any of the Airports as a whole; c) Whether debarred/blacklisted by CBI or AAI/AAICLAS or undertakings or depts..like Railways, Defence, or any other departments of Government of India, or any State Government, PSUs etc.; d) Whether facing any action under PPE Act. Manager (Cargo) 5

TERMS & CONDITIONS 1. Sealed tenders in two envelope system (Technical & Financial bid) are invited from Registered Travel Agencies and Transporters for Deployment of two closed Body Trucks of minimum 18 feet and 14 feet length or above with lock and fast arrangement, having valid registration and fitness certificate issued by the competent authority, well maintained at the disposal of AAICLAS on monthly hire basis as per the specification/requirements mentioned in the tender documents for a period of one year extendable by one more year on satisfactory performance and sole discretion of AAICLAS. 2. The tenderer should enclose proof for all information furnished by them. In case it is found at any stage that the information/documents provided are not true, the tender/order/agreement shall be terminated immediately and appropriate damages will be claimed from the tenderer/party besides forfeiture of the security deposit and debar the firm from participation in the future tenders of AAICLAS for a period of three years. 3. The bidder should be in possession of the vehicles. In case the bidder intends to deploy third party vehicle, he should submit an irrevocable lease agreement with the owner of the vehicle to the effect that uninterrupted supply of vehicle will be ensured to the AAICLAS during the entire period of contract. 4. In case of necessity, the bidder will be required to augment with additional vehicle at the same terms, conditions and rate. The period of requirement of additional vehicle shall be conveyed by the Cargo incharge. However, a notice of seven days has to be issued by the Cargo in-charge for deploying and undeploying the additional vehicle. Except for the quoted rate and fuel charges nothing extra shall be payable on whatsoever account. 5. The pro-forma of unconditional acceptance of AAICLAS tender conditions shall be duly filled and signed by the tenderer and to be submitted in the Technical bid. 6. Tenders shall be in prescribed form duly signed and stamped on each pages and rate shall be clearly written in words and figures without any over writing. Over writing if any shall be counter signed by the tenderer. In case of any discrepancy between the rates in figure and words, the rates in words shall prevail. 7. No tender shall be sold to either firm or an individual falling under the following categories. a) Having outstanding dues in respect of any of the International/Domestic Airports/Civil Enclaves controlled by Airports Authority of India except where the dues are equal to current month s hiring charges. b) Debarred/blacklisted by CBI or AAI/AAICLAS or Undertaking/Departments like Railways, Defense, or any other Dept. of Govt. of India or State Govt. c) Parties facing action under PPE act, with AAI/AAICLAS. d) Parties either individual or a business establishment, who has been ordered by a court of law to pay the outstanding dues of AAI/AAICLAS at any airports as a whole and has not paid such dues to AAI/AAICLAS. 8. A declaration has to be given on a non-judicial stamp paper of Rs. 100/- duly attested by Notary public indicating the following details while submitting the tender documents in Envelop-A. e) The details of their contracts at all the airports of AAI as a whole; f) Their liability of payment of disputed/undisputed dues of AAI/AAICLAS at any of the Airports as a whole; g) Whether debarred/blacklisted by CBI or AAI/AAICLAS or undertakings or depts..like Railways, Defence, or any other departments of Government of India, or any State Government, PSUs etc.; h) Whether facing any action under PPE Act. 6

9. Preparation of Bid: 9.1 Technical Bid must be sealed in Envelope `A and `Financial Bid in Envelope `B and both the Envelopes are to be put in `Master Envelope and each tender is to be in a sealed cover super scribed with Tender for DEPLOYMENT OF CLOSED BODY TRUCKS FOR AAICLAS USE AT V.S.I. AIRPORT, PORT BLAIR and addressed to the Manager (Cargo), AAICLAS, VSI Airport, Port Blair-744 103. 10. Envelope `A shall be opened first, shall contain the following documents as specified under: 10.1 EMD of Rs. 48,000/- by way of Bank Demand Draft in favour of AAICLAS payable at Port Blair and drawn on any nationalized/scheduled bank. 10.2 Duly signed Unconditional Acceptance of AAICLAS tender conditions in ANNEXURE 1. 10.3 Duly signed Tender form in ANNEXURE II. 11. Envelope `B shall contain the following documents as specified under: 11.1 Duly filled and signed schedule of quantities in ANNEXURE III 11.2 Duly signed balance tender documents except ANNEXURE I and ANNEXURE II 11.3 Tender received without signing & enclosing `Unconditional Acceptance letter of AAICLAS tender conditions will be summarily rejected and envelope B of the concerned party shall not be opened. 12. Earnest Money Deposit (EMD): 12.1 EMD of Rs. 48,000/- by way of Bank Draft drawn in favour of AAICLAS, Port Blair payable at Port Blair drawn on any nationalized/scheduled bank should be submitted along with the tender. 12.2 EMD will not carry any interest. 12.3 EMD amount in respect of successful tenders will be converted as part of Security deposit. 12.4 EMD in the case of unsuccessful tenderer will be refunded only on finalization of tender. 12.5 In case, the successful tenderer fail or refuse to accept the contract offered, the EMD will be forfeited. 12.6 Tender received without EMD shall be summarily rejected. 12.7 The EMD/SD shall be forfeited in case of failure to commence the contract on the date mentioned in the award letter. 13. Security Deposit: 13.1 The security deposit will be collected by deduction from running bills of the contractor at the rate of 10% of the contract value and the earnest money deposited at the time of tender will be treated as part of the security deposit and shall be adjusted towards the end of the contract. 13.2 Security Deposit will not carry any interest. 13.3 Security deposit will be refunded only after expiry of six month from the date of successful completion of all the contractual obligations by the successful tenderer/contractor. 13.4 Security deposit will be forfeited in the event of the contract offered in full or in part not being fulfilled by the tenderer / Contractor. 7

SPECIFIC TERMS AND CONDITIONS: 1. Statutory Requirements of Vehicles to be deployed: 1.1 The vehicles provided shall be closed body with lock and fast arrangement having valid registration, commercial registration certificate, full comprehensive insurance, road worthiness/fitness certificate, Pollution under control certificate, Road Tax Permit etc., and if required these must be revalidated well in time before the expiry of the due date during the tenure of the contract period. 1.2 The contractor shall submit the copy of RC book and other documents concerned to the deployed vehicles to AAICLAS and any change in vehicle for any reason is to be notified to the authorized Official of the AAICLAS. 1.3 The contractor will arrange at his own cost for regular & proper cleaning of the closed body vehicles including upholstery, seats covers, floor mats and other materials there in. The interiors of the vehicle shall be at all times being maintained neat, clean and in good hygienic condition. 1.4 The requisite maintenance of the vehicles shall be carried out by the Contractor periodically and as when required at his own cost. 2. Terms & conditions for Drivers to be deployed: 2.1 The Driver shall have minimum 03 (Three) years experience and shall posses valid Commercial Driving License. 2.2 The Drivers to be deployed shall fully aware of local roads/routes, prevailing traffic rules. 2.3 The Drivers should be well mannered and behave courteously with the AAICLAS officials. 2.4 Contractor shall provide at his own cost proper uniform and suitable mode of contact equipment to the Drivers. 3. Safety and Security: 3.1 The Contractor shall ensure that all safety and security regulations of AAI/AAICLAS and various other agencies working in and around the airport is strictly being followed by the personnel deployed for this service. 3.2 All the mandatory regulations stipulated by RTO, Traffic Police, AAI/AAICLAS, BCAS etc. and such as speed limit etc. must be complied with. 3.3 AAICLAS will not be liable for any incidents/accidents to the vehicle or non compliance of any rules/regulations issued by Government, RTO or other regulatory bodies by the driver deployed by the Contractor. Any penalty imposed by Government, RTO or other regulatory bodies for such non compliance of any rules/regulations shall be borne by the Contractor. 4. Rates and Validity: 4.1 The rates quoted, finalized and mutually agreed upon by both the parties at the time of award of contract for the said service will be firm and shall be valid for the agreement period. This shall be towards providing the vehicle fully confirming to RTA/RTO regulations along with driver, supervisor etc. The rate quoted shall include all taxes and duties and costs like driver wages, supervisory charges, oil, lubricants, communications sets, maintenance, RTO tax, permit charges, insurance, overhead, profit, etc. but shall exclude GST which is payable extra as fixed by Govt. from time to time. 4.2 For up to 1 hour extra run of the daily time limit, no additional payment shall be paid to the contractor. 8

4.3 The monthly reimbursement of fuel charges shall be made on the basis of actual kilometers run subject to running limit, at lowest standard diesel price prevailing at Port Blair on any day of the concerned month and on proportionate basis of mileage of vehicle indicated during tendering. 5. Payments of Bills: 5.1 The Contractor shall submit the monthly bills in triplicate for verification and onwards payments action towards the service rendered on the previous month to Manager (Cargo), AAI Cargo Logistics and Allied Services, V.S.I. Airport, Port Blair. All supporting documents like trip sheet, vehicle log book, etc. shall be submitted along with the bills for verification. Payments shall be effected within 10 days from the date of receipt of bill with supporting documents, complete in all respects. 5.2 Necessary deduction towards INCOME TAX and any other tax shall be effected at source at the time of settlement of monthly bills. 6. Penalties: 6.1 Prompt, punctual, efficient, safe, courteous and quality service is the essence of this contract. Lapses on the part of the Contractor will be viewed seriously and suitable penalties will be imposed on the Contractor. 6.2 Quantum of penalty will be decided in individual cases and decision of the officer in-charge of the contract will be final and binding. 6.3 In case of vehicle break down, agency shall provide similar class of vehicle immediately failing which AAICLAS will be free to get service done by other agency at the cost and risk of the Contractor besides levy of a compensation of Rs. 4000 /- ( Rupees Four Thousand Only) per day. The same amount of levy will be charged in case the agency fails to deploy the vehicle due whatsoever reasons on his part. 6.4 Successful tenderer must necessarily operate the contract minimum for 50% of the contract period, failing which firm shall be debarred from participating in any tender of AAI/AAICLAS for a period of Two years. However this clause is not applicable in case of termination of contract by AAICLAS for breach of any contract condition by the Contractor and in such case action will be taken as per provision of clause 8.02. 7. Indemnity: 7.1 The Contractor shall indemnify AAICLAS against any claims, damages, loss or penalty including costs thereof in case of liability arising out of any accident/incident involving vehicles deployed by him. 7.2 The Contractor shall indemnify AAICLAS against any claims, damages, loss or penalty including cost there of arising out of any breach or violation of any of the provisions of all the laws, including labour laws as applicable from time to time, governing the employees employed by the Contractor and the vehicles deployed by him. 8. Extension/Termination: 8.1 Contract will be for a period of One year extendable by One more year on satisfactory performance and sole discretion of AAICLAS on same rates terms and condition. 8.2 In the event of the Contractor failing to comply with any of the terms and conditions of the agreement, AAICLAS will be at liberty to terminate the contract immediately and forfeit the 9

Security Deposit and debar the firm from participation in the future tenders of AAI/AAICLAS for a period of Three years. 8.3 The Contract shall be terminated by either side by giving 30 days notice in writing, However AAICLAS reserves the rights to terminate/cancel the order partially or fully without notice and without assigning any reasons and without any liability to AAICLAS, in case of observation of breach of any contract condition/non compliance by the Contractor. 9. Other Conditions: 9.1 In the event of any delay or breakdown of vehicles en-route, the Contractor at his own cost shall make alternative arrangement by similar class of vehicles. 9.2 Contractor shall be solely responsible for complying with various labour laws as applicable from time to time in respect of persons engaged by him and he shall be solely responsible for any breach or violation of any of the provisions of the labour laws. 9.3 Contractor shall be solely responsible for any damage to the property of AAI/AAICLAS and/or the property of the Officials travelling in the vehicle provided by him either due to negligence or otherwise. 9.4 Contractor shall be personally responsible for any theft, dishonesty, misconduct and/or disobedience on the part of the drivers/supervisors so provided by him for this service. 9.5 Contractor shall be solely responsible to comply with all provisions of Motor Vehicles act and all other laws, rules, regulations, guidelines etc as applicable from time to time in respect of plying the vehicles. 9.6 Contractor shall be solely responsible in respect of any claim, damages or other liabilities arising out of any incident/accident involving the vehicles deployed by him. 9.7 Vehicle provided to AAICLAS service shall be exclusive use of AAICLAS only and letter ON CONTRACT WITH AAICLAS to be written legibly in bold capital letters of size 2 X 18 so that the vehicle can be identified from distance. 9.8 Trip sheet to be filled up for timings out and in, kms out and in by the drivers and handed over to the AAICLAS for further action. 9.9 The vehicle shall report to the Cargo in-charge or his representative at 0600 AM every day. Kilometers recording and timing (both out and in) shall commence from the movement the vehicle have left the Air Cargo Complex. 9.10 The contractor shall at his own cost obtain necessary valid entry permits for his staff and vehicle to enter into AAI/AAICLAS premises, for which he shall submit the police verification certificate of the self and other personnel intended to be deployed as drivers/supervisors. 9.11 The staff deployed by Contractor to execute this service shall under no circumstances be deemed to be in AAI/AAICLAS employment and AAICLAS will not be held responsible fully or partially for any dispute that may arise between the Contractor and his staff. 9.12 The Contractor shall be responsible to comply with all the statutory regulations such as PF, ESI, Minimum wages act; Bonus Act or any other local laws as in force or that may become applicable in future and from time to time in all matters, touching this service and all matters arising there from. AAICLAS will have no liability whatsoever arising out of the above regulations. 9.13 The Contractor shall not transfer or assign or sublet any part of the service, to any third party in whatsoever manner failing which the contract will be terminated with immediate effect besides forfeiting the Security Deposit. 10

10. Dispute Resolution Mechanism and Arbitration: Except where otherwise provided in the contract, all questions and disputes claim, right, matter or thing whatsoever, in any way arising out of or relating to the contract shall be dealt with as mentioned hereinafter. Through Dispute Resolution Committee: Any dispute as stated above shall be referred in the first place to the Dispute Resolution Committee (DRC) appointed by the Airport Director / Member (Operation) / Chairman, Airport Authority of India. 10.1 If a dispute of any kind, whatsoever, arises between the procuring entity and contractor in connection with or arising out of the contract or the execution of the works, whether during the execution of the works or after their completion and whether before or after repudiation or termination of the contract, including any disagreement by either party with any action, opinion, instruction, determination, certificate or valuation of the Officer-in-charge, the matter in dispute shall in the first place, be referred to the Dispute Resolution Committee (DRC) appointed by Chairman, AAI. 10.2 DRC, thus constitute may act as conciliator and will be guided by principles of conciliation as included in Part III of Arbitration & Conciliation Act 1996, DRC should take into consideration, rights and obligations of parties, usage to trade concerned and circumstances surrounding the dispute(s), including any previous business practices between parties. Efforts of DRC should be to come to an amicable settlement of outstanding disputes. If parties agree, a written settlement will be drawn up and signed by the parties. DRC will authenticate the settlement agreement and furnish a copy to each party. 10.3 DRC will give its report within 45 day of its constitution. It is also a term of contract that fees and other expense if payable to DRC shall be paid equally by both the parties i.e. AAICLAS and contractor. Unless the contract has already been repudiated or terminated, the contractor shall, in every case, continue to proceed with the work with all due diligence. It is also a term of contract that if the contractor does not make any demand for Dispute Resolution Committee in respect of any claim in writing within 90 (Ninety) days of receiving the intimation from the AAICLAS that the bill is ready for payment, the claim of contractor (s) will be deemed to have been waved and absolutely barred and the AAICLAS shall be discharged and released of all liabilities under the contract in respect of these claims. 10.4 Adjudication through Arbitration:- Except where the decision has become final, binding and conclusive in terms of Sub Para (i) above, disputes or differences shall be referred for adjudication through arbitration by a sole arbitrator appointed by the Member (Operations) / Chairman, AAI. If the arbitrator so appointed is unable or unwilling to act or resigns his appointment or vacates his office due to any reason whatsoever, another sole arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with the reference from the stage at which it was left by his predecessor. It is also term of contract that if the contractor does not make any demand for appointment of Arbitrator in respect of any claim in writing within 120 (One hundred Twenty) days of receiving. 10.5 The decision / award from Dispute Resolution Committee, the claim of contractor(s) will be deemed to have been waved and absolutely barred and AAICLAS shall be discharged and released of all liabilities under the contract in respect of these claims. It is term of this contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each such dispute along with the notice for appointment of arbitrator and giving reference to the rejection of their claims by the Dispute Resolution Committee. It is also a term of this contract that no person, other than a person appointed by above mentioned appointing authority, should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitrator at all. The arbitrator shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 (26 of 1996) or 11

any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitrator proceeding under this clause. It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred to him by the appointing authority and give separate award against each dispute and claim referred to him and in all cases where the total amount of the claims by any party exceeds Rs. 1, 00,000/-, the arbitrator shall give reasons for the award. 10.6 It is also a term of the contract that if any fees are payable to the arbitrator, these shall be paid equally by both the parties. It is also a term of the contract that the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties calling them to submit their statement of claims and counter statement of claims. 10.7 The venue of the arbitrator shall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in what manner, such costs or any thereof shall be paid and fix or settle the amount of costs to be so paid. 11. Jurisdiction: In case of any dispute where legal action is compelled to be initiated by any of the party, jurisdiction of the court shall be the city/town/district where the airport is located. We fully agree and abide by the above terms and Conditions of Tender. Signature: Name: Address of the Tenderer: 12

Schedule of Quantities Sl.No. Type of Vehicle Running limit Quantity Deployment of closed Body Truck of 1 minimum 18 feet length or above with lock fast arrangement, having valid registration 1000 KM/Month 1 and fitness certificate issued by the competent authority. Running limit 1000 KM/Month, for 12 hrs/ day basis along with driver. 2 Deployment of closed Body Truck of minimum 14 feet length or above with lock fast arrangement, having valid registration and fitness certificate issued by the competent authority. Running limit 600 KM/Month, for 08 hrs/ day basis along with driver. 600 KM/Month 1 Signature of issuer with stamp Signature of Tenderer with stamp: 13

ANNEXURE-I ACCEPTANCE LETTER (To be submitted in Envelope A ) To, The Regional Manager (ER), AAI Cargo Logistics and Allied Services, NSCBI Airport, Kolkata 700 052. Sir, ACCEPTANCE OF AAICLAS TENDER CONDITIONS Reg. 1. The tender document for the work DEPLOYMENT OF CLOSED BODY TRUCKS FOR AAICLAS USE AT V.S.I. AIRPORT, PORT BLAIR has been sold to me / us by Cargo In-charge, Port Blair and I /We hereby certify that I / We have inspected the site and read the entire terms and conditions of the tender document made available to me / us in the Office of Cargo In-charge, Port Blair, which shall form part of the Contract Agreement and I / We shall abide by the Conditions / Clauses contained therein. 2. I / We hereby unconditionally accept(s) the tender conditions of AAICLAS tender documents in its entirety for the above work 3. The Contents Of Clause 5 and 6 of The Notice Inviting of the Tender: Terms & Conditions, have been noted wherein it is clarified that after unconditionally accepting the tender conditions in its entirety, it is not permissible to put any remarks / conditions (except unconditional rebate on quoted rates, if any) in / along with the Tender Document and the same has been followed in the present case. In case, this provisions of the tender if found violated after opening of tender, I/We agree that the tender shall be rejected and AAICLAS shall without prejudice to any other right or remedy be at liberty to forfeit absolutely the full of Earnest Money Deposit. 4. That I / We declare that I / We have not paid and will not pay any bribe to any officer of AAICLAS for awarding this contract at any stage during its execution or at the time of payment of bills and further if any officer of AAICLAS asks for bribe / gratification, I will immediately report it to the Appropriate Authority in AAICLAS. 5. The required earnest money draft for Rs. 48,000/- as specified for this work is enclosed. Yours faithfully, Place : Date : SIGNATURE OF THE TENDERER WITH COMPANY SEAL 14

ANNEXURE II TENDER FORM TECHNICAL BID (TO BE SUMITTED IN ENVELOPE-A) To, The Regional Manager (ER), AAI Cargo Logistics and Allied Services, NSCBI Airport, Kolkata 700 052. Sl. Type of Vehicle Running limit Quantity No. 1 Deployment of closed Body Truck of minimum 18 feet length or above with lock fast arrangement, having valid registration and 1000 KM/Month 1 fitness certificate issued by the competent authority. Running limit 1000 KM/Month, for 12 hrs/ day basis along with driver. 2 Deployment of closed Body Truck of minimum 14 feet length or above with lock fast arrangement, having valid registration and fitness certificate issued by the competent authority. Running limit 600 KM/Month, for 08 hrs/ day basis along with driver. 600 KM/Month 1 The Technical Bid Envelope A contains the following documents. 1. EMD for Rs. 48,000/- DD No. Date: Bank: 2. Duly signed Unconditional Acceptance of AAICLAS tender condition. 3. Declaration Form duly attested by Notary Public. I/We certify that, I/We have gone through the Tender Documents and its Terms & Conditions carefully and shall abide by all the Terms & Conditions. The information furnished by me/us is true to the best of my/our knowledge and Certificates enclosed are correct. AAICLAS is at liberty to take action deems to be fit, in case if found any information furnished by me/us is false and certificate enclosed is not genuine. Name : Postal Address in full : Signature of the Tenderer with stamp Date: Tele. No.: Place: 15

ANNEXURE - III TENDER FORM FINANCIAL BID (TO BE SUMITTED IN ENVELOPE-B) To, Sl. No. The Regional Manager (ER), AAI Cargo Logistics and Allied Services, NSCBI Airport, Kolkata 700 052. Type of Vehicle Running limit Monthly charges in Rs. (Without Fuel) Deployment of closed Body Truck of 1 minimum 18 feet length or above with lock fast arrangement, having valid registration and fitness certificate issued by the competent authority. 2 Deployment of closed Body Truck of minimum 14 feet length or above with lock fast arrangement, having valid registration and fitness certificate issued by the competent authority. 1000KM/ Month for 12hrs/per day 600 KM/ M Month for 8hrs/per day Extra Running Hours Beyond Time Limit* In Rs. /Hour 3 GST (as applicable) % % (Rupees must be quoted both in words & figures) * For up to 1 hour extra run of the daily time limit, no additional payment shall be paid to the contractor. Mileage KM/Ltr. ** ** The monthly reimbursement of fuel charges shall be made on the basis of actual kilometers run subject to running limit, at lowest standard diesel price prevailed at Port Blair on any day of the concerned month and proportionate basis of mileage of vehicle indicated during tendering. Signature of Tenderer with stamp: Date: Place: Name: Capacity in Which Tenderer Signed: Address in full: Tele. No. The position of lowest tender will be decided based on monthly charges plus fuel reimbursement charges to be worked out for the running limit based on mileage. 16