OPEN TENDER NOTICE. No: TS/ADM/AIRTKT/F-252/118 Date:

Similar documents
MEMORANDUM OF UNDERSTANDING BETWEEN CONTAINER CORPORATION OF INDIA LTD. (CONCOR) AND TRANSPARENCY INTERNATIONAL INDIA (TII)

INTEGRITY PACT. Between

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

BHARAT HEAVY ELECTRICALS LIMITED,

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

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

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

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

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

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

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

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

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

BALMER LAWRIE & CO. LTD.

PART VI. Pre Contract Integrity Pact (IP) HINDUSTAN AERONAUTICS LIMITED Transport Aircraft Division Kanpur (India)

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

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

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

GOVERNMENT OF KARNATAKA

PEC University of Technology, Chandigarh

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

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

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

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

Tender. for. Indian Institute of Technology Jodhpur

TENDER FOR SUPPLY OF HAND BOOK

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

PUNJAB TECHNICAL UNIVERSITY,

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

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

INVITATION OF TENDER BIDS WATER TANKS

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

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

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

NOTICE INVITING TENDER

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

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

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

NOTICE INVITING TENDER. Date of Issue Bid Closing Date & Time Tech. Bid Opening Date & Time Price Bid Opening Date & Time

Tender No.3558/H/2012/Roots Dated:

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


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

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

UV-Visible Spectrophotometer

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

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

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

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

BALMER LAWRIE & CO. LTD.

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

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

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

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.

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

REMOTE SENSING APPLICATIONS CENTRE, U.P.

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

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

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

Supply and Installation of A3 Size Scanner

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Standard Bid Document

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

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

Hiring of Commercial Vehicle for Official Use at STPI

SECTION I NOTICE INVITING TENDER (NIT)

TENDER FOR LOCAL CHEMIST

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

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

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Air Conditioner Maintenance Committee

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

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

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

Office Order No. HO/865/ st July, Sub: Adoption of Integrity Pact for Orders / Contracts of value ^ ` 5 Crores & above.

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

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

Tender. for. Indian Institute of Technology Jodhpur

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Transcription:

KUDREMUKH KIOCL Limited (A Government of India Enterprise) II Block, Koramangala, Bangalore - 560 034. CIN-L13100KA1976GO1002974, Web site: www.kioclltd.in Ph: 25531461-70/ 25532168 FAX: 25532153 / 25535941 ( An ISO 9001-2008, ISO 14001-2004 & 18001-2007 Company) OPEN TENDER NOTICE No: TS/ADM/AIRTKT/F-252/118 Date: 14.01.2016 KIOCL Limited invites sealed bids from reputed Agencies for Providing services for Purchase of Air Tickets for Domestic and International Travel on Credit basis. The last date for submission of bid is 15.02.2016, 3.00 PM. For details visit: www.kioclltd.in, www.eprocure.gov.in & http://tenders.gov.in DEPUTY GENERAL MANAGER (CP&TS) Mob. No. 8105133993 1

INVITATION TO BID Open Tender No: TS/ADM/AIRTKT/F-252/118 Date: 14.01.2016 KIOCL Limited invites Sealed tenders under two bid system from reputed, IATA Register, resourceful & competent Agencies for Providing services for Purchase of Air Tickets for Domestic and International Travel on Credit basis, KIOCL Limited, Bangalore, Karnataka State 560 034. Bidders can collect the tender documents on all working days from the office of the DGM (CP&TS), KIOCL Limited, Bangalore from 14.01.2016 to 15.02.2016, 2.30 PM on payment of a non-refundable tender document fee of Rs. 1,000/- (Rupees One thousand only) in the form of Demand Draft from any Nationalised Bank drawn in favour of KIOCL Ltd., payable at Bangalore. The tender documents are also available on our website www.kioclltd.in and on central public procurement portal www.eprocure.gov.in & http://tenders.gov.in. The same can be downloaded from the website and the tender document fee has to be submitted along with the offer. Bids shall be submitted in accordance with the tender terms and conditions. The last date for submission of sealed bid is 15.02.2016, 3.00 PM. KIOCL Limited reserves the right to reject any or all the bids without assigning any reasons whatsoever and without any liability. 1.0 KIOCL Limited (Formerly Kudremukh Iron Ore Company Limited): KIOCL LIMITED, the country s prestigious 100% export oriented unit and Mini Rathna Company, having its Pelletisation Complex and Pig Iron Complex at Mangalore, is engaged in the business of manufacturing and exporting high quality Iron Oxide Pellets and supply of pig iron for domestic market. An ISO-9001:2008, ISO-14001:2004 certified company also compliant with OHSAS: 18001:2007 certifications for Occupational Health and Safety Management System, has its Corporate Office at Bangalore. More about KIOCL Limited can be found from the company s website www.kioclltd.in. 2.0 SCOPE OF SERVICES: i. The Travel Agency shall ensure booking/cancellation of tickets as and when required on 24/7 basis. The soft copies of the tickets shall be sent through e-mail. ii. The Travel Agency will render necessary assistance in getting visa, passports, confirmation/cancellation, up-gradation/ revalidation of tickets, delivery/ collection documents etc., as and when required. For details refer clause no. 13 of terms and conditions of the tender. 2

3.0 Tender Documents We are forwarding herewith the following tender document consisting of: a) Invitation to bid. b) General Instructions to the Tenderers c) Terms & Conditions of the tender. d) Evaluation Criteria & Part-I: Bidder informations (Annexure-A) e) Integrity Pact f) Part-II: Price bid format (Annexure B) 4.0 Sealed bids shall be submitted in the manner as mentioned below: a) First sealed Envelope superscribed as Un Priced PROVIDING SERVICES FOR PURCHASE OF AIR TICKETS FOR DOMESTIC AND INTERNATIONAL TRAVEL ON CREDIT BASIS, shall contain one full set of all the tender documents mentioned at para 3.0 above including all annexure duly filled-in and other relevant documents in support of your bid with official seal & signature on all pages but without any mention of rates & prices. First envelope shall also contain EARNEST MONEY in the form of Demand Draft as per Para 5.0 below. b) Second sealed Envelope superscribed as Priced PROVIDING SERVICES FOR PURCHASE OF AIR TICKETS FOR DOMESTIC AND INTERNATIONAL TRAVEL ON CREDIT BASIS shall contain prices filled in strictly as per Price bid format which is at Part-II Annexure B of the tender documents. Price should be quoted strictly as per the format and no other additional papers to be enclosed there in. c) Both the above envelopes should be kept in another cover and sealed and superscribed as Bid - PROVIDING SERVICES FOR PURCHASE OF AIR TICKETS FOR DOMESTIC AND INTERNATIONAL TRAVEL ON CREDIT BASIS and addressed to The Deputy Gen. Manager (CP&TS), KIOCL Limited, II Block, Koramangala, Sarjapura Road, BANGALORE 560 034 and shall be submitted to his office till 03.00 PM, on or before 15.02.2016. 5.0 The bid shall be accompanied by an Earnest Money Deposit of Rs. 10,000/- (Rupees ten thousand only) in the form of Demand Draft in favour of KIOCL LIMITED payable at Bangalore. No other form of EMD will be accepted. Bids not accompanied with EMD are liable for rejection. 3

This EMD will be refunded to the unsuccessful bidders without any interest after the award of the work to successful bidder. For the successful bidder the EMD amount shall be adjustable towards Security Deposit. 6.0 Sealed bids will be received till 15.02.2016, 3.00 PM at the office of the Deputy Gen. Manager (CP&TS), KIOCL Limited, II Block, Koramangala, Bangalore 560 034. Further to the submission of the bids, un-priced bids will be opened for techno-commercial scrutiny. After ascertaining the techno-commercial suitability of the offers, the price bids of techno-commercially acceptable offers will be opened on a specified date which will be communicated to the bidders for participation to witness the same. 7.0 Award of work will be intimated to the successful bidder through a letter / fax/e-mail which will be treated as authorization to commence the services. 8.0 The bid shall be valid for a period of Three (03) months from the due date of receipt of the bid. 9.0 On submission of the tender, it is deemed that bidders have read, understood and agreed to the entire tender document. 10.0 Bidders shall submit/fill the price format as per Annexure B only. 11.0 For any related clarifications please contact the following officers: Sl. Name & Address Phone No. Fax No. No. 1 Mr. NOOR AHMED DGM (CP & TS) KIOCL LIMITED 8105133993 080-25532153/ 25535941 2 nd Block Koramangala, Bangalore 560 034 Email: bgmcpts@kudreore.com 080-25531461- 70, Extn: 275 2 Mr. RAVINDRANATH Sr. Manager (Administration) KIOCL LIMITED 2 nd Block Koramangala, Bangalore 560 034 Email: badmin@kudreore.com 9663268900 080-25532153/ 25535941 12.0 KIOCL Limited reserves the right to reject any or all bids without assigning any reasons whatsoever. Thanking you, Yours faithfully, for KIOCL LIMITED. -sd- (NOOR AHMED) DY. GENERAL MANAGER (CP&TS) 4

GENERAL INSTRUCTIONS TO THE TENDERERS 1. Last date for receipt of the tender is 3.00 PM on 15.02.2016. 2. All the pages/documents of the Tender should bear the signature of the tenderer alongwith official seal and date mentioned. All the entries by the tenderer should be in one ink and legibly written. Any over-writing, corrections and cuttings should bear dated initials of the tenderer. Corrections should be made by writing again instead of shaping or overwriting. 3. Rates should be quoted both in figures as well as in words. In case the rates quoted in words & figures are at variance, the rates written in words will be taken as final. 4. A technical evaluation shall be carried out prior to opening the price bid. The technical evaluation will be mainly on the experience of travel agency etc., as specified in Agency Details. Tenderer should attach the documentary proof/details of their experience regarding competence of undertaking such contract while submitting the quotation. 5. After technical evaluation, the travel agencies whose proposals do not meet the evaluation criterion placed as per Annexure-A will not be considered further. 6. KIOCL Limited shall reserves the right to accept or reject any or all tenders without assigning any reason whatsoever. 7. In any other matter not covered in the contract, the decision of the Company shall be final and binding on the bidders. 5

TERMS & CONDITIONS OF THE TENDER: 1. Acceptance of Tender will be intimated to successful tenderer through a letter/fax/e-mail. 2. The Travel Agency shall offer service charges per ticket irrespective of no. of sectors and class of domestic/international air tickets. L-1 bidder is decided on the basis of service charges offered. 3. Evaluation Criteria: (i) (ii) Techno-commercial Evaluation: The techno-commercial evaluation will be made as per annexure-a. Price bid evaluation: 1. For Domestic Air tickets: The placement of order shall be considered based on lowest totality price quoted for sl. no. 1 & 2 of the price bid (Annexure-B). 2. For International Air tickets: The placement of order shall be considered based on the lowest price quoted for sl.no. 3 of the price bid (Annexure-B). ALL PRICE BIDS WOULD BE EVALUATED BY CONSIDERING BIDDERS SERVICE CHARGE ONLY EXCLUDING SERVICE TAX. HOWEVER, BIDDERS SHALL QUOTE THE SERVICE TAX IN THE PRICE BID. THE SAME SHALL NOT BE CONSIDERED FOR PRICE BID EVALUATION. 4. The Travel Agency should ensure booking/cancellation of tickets as and when required on 24/7 basis. The soft copies of the tickets shall be sent through e- mail. 5. The Travel Agency shall render necessary assistance in getting visa, passports, confirmation/cancellation, up-gradation/revalidation of tickets, delivery / collection documents etc., 6. The Travel Agency shall be responsible for and will ensure compliance with all Central & State laws as per rules, regulations, by-laws & order of the local authorities & statutory bodies as may be in force from time to time during the currency of contract. 6

7. The Travel Agency shall not assign the contract or any part thereof without the prior written consent of the KIOCL. The Travel Agency shall also not sub-let the work or part of the work except with the written consent of the KIOCL and such consent even if provided shall not relieve the travel agent from any liability or any obligation under the contract. 8. Security Deposit : The successful bidder has to deposit a sum of Rs. 25, 000/- (Rupees twenty five thousand only) towards security deposit. EMD amount of Rs. 10,000/- is adjustable against Security Deposit. The balance amount of Rs. 15,000/- shall be deposited with in the 15 days from the date of issue of work order/loi. This security deposit will be refundable after the completion of the contract period without any interest. 9. The EMD amount will be forfeited by KIOCL in the event of : (a) (b) (c) Tenderer failing to honour the contract after submission of the bid. Tenderer refuses to comply with any/all of the terms & conditions of tender, Tenderer withdraws the offer during the validity period. 10. The KIOCL shall have right to recover / adjust the Security Deposit towards any loss / damage suffered by the KIOCL due to negligence / nonperformance / delay in performance etc; of the contractor or his representative during the currency of the contract. In the event of the Security Deposit falling short of the aforesaid amount due to recovery / adjustment of the losses suffered by the KIOCL during the currency of the contract, the Contractor shall deposit / pay such amount by which the Security Deposit falls short immediately on demand or the same may be recovered from the Contractor s pending bills with the KIOCL. 11. If the Registration Certificate of IATA is withdrawn or cancelled during the period of appointment, then contract with the agency will automatically stands cancelled. 12. The contract will be initially valid for a period of two (02) years & before expiry of two years if the services are satisfactory, then KIOCL reserves the right to extend the contract for another one year, subject to satisfactory performance by the Agency on same terms & conditions and rate with mutual consent. 7

13. The scope of travel services required includes : a) Booking and issuing of Domestic/International Air Ticket including Prepaid Tickets (PTAs) and the soft copies of the tickets shall be sent through e-mail. The e-mail addresses shall be provided to the successful agency. b) Assistance for issue/obtaining new Passport, Renewal and Miscellaneous Passport related Services. c) Assistance for obtaining Visa and submitting passports at the embassies. d) Issuance of Foreign Exchange as per RBI Guidelines. e) Obtaining travel related insurance including overseas medical insurance. f) Providing excess baggage ticket whenever required. g) Handling the claim related to lost baggage from concerned airline. h) The agency will be available 24x7 for booking/cancellation of air tickets. i) Assistance for preparation of itinerary, comfortable travel and stay of our officers within the country/abroad. 14. Bills shall be submitted by the agency on fortnightly basis i.e from 1 st to 15 th shall be submitted on or before 17 th and bills from 16 th to 30 th /31 st shall be submitted on or before 2 nd of the subsequent month. The bills shall be submitted in duplicate, each bill will be supported with the copy of the E-Ticket for which it is raised on fortnightly basis as mentioned above. All payments will be made through Electronic Fund Transfer (EFT). A minimum of 15 days credit period shall be allowed for making payment from the date of submission of the bill/invoice. 15. The Travel Agency should have Computer Reservation Ticketing (CRT) facility of all airlines for domestic as well as international travel and have an experience of not less than 10 years of ticketing. Tenderer should attach the documentary proof/details of their experience regarding competence of undertaking contract while submitting the quotation. 8

16. Service Tax as applicable will be paid to the appointed agency provided it is shown separately in the invoice & actual amount of service tax paid by the Travel Agency as per prevailing rates & exemption, if any, being availed. The invoice issued by the travel agency should also be as per provisions of Rule 4A (1) of the Service Tax Rules, 1994. However the Service Tax Registration No. shall be mentioned on the invoice itself. 17. The Travel Agency will have to submit, a formatted statement of bills (showing cost of ticket and service charge incurred of airline, etc) to the KIOCL along with the bills every time. 18. Credit notes for the cancelled air tickets etc shall also be included in the respective statement of bills. Separate statement shall be prepared for International tickets irrespective of Airlines, Domestic travel in low cost Airlines tickets, Domestic travel others Airlines tickets booked, passports and visas related services etc. Cancellation charges will be paid at actual with no extra service charges. 19. Conditional offers shall not be considered and those offers will be summarily rejected 20. Paying Authority: Joint General Manager (F), KIOCL Limited, Bangalore shall be the Paying Authority for this contract. 21. Executing Authority: General Manager (HR) or his authorized representative will be the Executing Authority for this job. 22. Penalty Clause:- In case the agency fails to book/provide or intimate non availability of tickets on time, the penalty will be 5% of the normal fare and shall be imposed in case of each air ticket booking. Note: These conditions will come into force only where the agency is at fault and not under unforeseen circumstances. 23. Travel agents should have the IATA membership. 24. TERMINATION OF CONTRACT: KIOCL reserves the right to terminate/cancel the Contract with 30 days notice without any financial liability in the event of any of the following: a) Repeated complaints are received on the execution of orders/requests of KIOCL offices. b) Repeated delays in the execution of orders/ requests of KIOCL offices. c) Any other reason which violates all other stipulated provisions. 9

25. In any other matter not covered in the contract, the decision of the Company shall be final and binding on the bidders. 26. Jurisdiction of Court : Only the courts in Bangalore shall have jurisdiction regarding the matters relating to this contract. 27. Fraud prevention policy of KIOCL Limited:- Fraud Prevention Policy is being followed at KIOCL, which provides a system for prevention / detection / reporting of any fraud. It also forbids everyone from involvement in any fraudulent activity and that where any fraudulent activity is suspected by anyone, the matter must be reported to the Nodal Officer (Chief Vigilance Officer) as soon as he / she comes to know of any fraud or suspected fraud. 28. Integrity Pact (IP): IP will be a part of this contract document. The Integrity Pact Agreement format enclosed as an annexure. This agreement duly signed and seal with witness signature needs to be submitted along with the bid documents. 10

Annexure-A Sub: Providing services for Purchase of Air Tickets for Domestic and International Travel on Credit basis. EVALUATION CRITERIA Sl. No. Particulars Document to be submitted by tenderer / bidder 1 2 Registered under Shops & Establishment Act / Proprietary/Society / Registered company Experience as a travel agency who have more than 10 years in this business. Copy of Registration Certificate of Establishment shall be submitted 3 IATA membership / IATA Registration Copy of Certificate of Accreditation from IATA. 4 List of major existing clients for similar services provided i.e Purchase of Air Tickets for Domestic and International Travel on Credit basis. Work satisfactory letter/ work completion certificates from any three (03) clients shall be furnished. 5 Service Tax Registration Number & Service tax certificate Copies of the work orders shall be furnished along with work completion certificates. The work shall be completed as a whole. Partial value / completion are not to be considered. Attach copy of Service tax certificate 6 Demand Draft for EMD amount of Rs. 10,000/- in favour of KIOCL Ltd 7 A minimum of 15 days credit period shall be allowed for making payment from the date of submission of the bill/invoice 8 Nature of Business Carried by your firm Demand Draft to be enclosed Agreed / Not agreed 8(a) 8(b) 8(c) Booking and issuing of Domestic/ International Air Tickets including Prepaid Tickets (PTAs). Assistance with applications for new India Passport, Renewal and Miscellaneous Passport related services. Assistance with obtaining Visa and submitting passports at the embassies YES / NO YES / NO YES / NO 11

8(d) 8(e) Issuance of Foreign Exchange as per RBI Guidelines. Obtaining of travel related insurance including overseas medical insurance. YES / NO YES / NO PART-I BIDDER INFORMATIONS 1. AGENCY DETAILS a Name & Address of the Agency: b c Year of establishment (i) Name of the proprietor: (ii) Contact Person d e Telephone No./Mobile No:- (office and residence) Fax: no. and E-mail: f Whether Govt. Undertaking / Private Limited / MNC / Cooperative agency g Experience (Years) as a travel agency. 2. Previous experience in travel related services (attach documentary proof):- Client Name Type of Organisation Service Period From To 12

3. Please provide list of Branches in other cities in India / abroad. Furnish details of contact person & Tel no. /mobile No. etc. 4. Any sister concerns and address. Give details and services provided by them. 5. (i) Computer Booking CRT facility shall be available in your office. (ii) On-line booking facility available 6. Please furnish the name(s) and contact person(s) and their mobile & landline telephone numbers both office & residence. In case of emergency, 7. What are the other additional services that you can offer? 8. Any other relevant information you may like to furnish. 9. Credit period : Minimum 15 days COMMERCIAL INFORMATIONs What is the maximum credit period you would allow for making payment? 10. Average annual audited financial turnover during the last three years, ending 31 st March 2015 i.e 2012-13, 2013-14, 2014-15. Agency should have average annual turnover of minimum Rs. 50,00,000/- (Rupees Fifty Lakhs only) for supply of air ticket. Copy of the audited Balance sheet and statement of Profit loss to be submitted. Financial Year 2014-2015 2013-2014 2012-2013 Turnover (in Lakhs Rs.) 13

11. Details of Information to be provided by the Agency: (Please provide selfcertified documentary proof for each declaration) PAN Service Tax Registration No. IATA Registration No. Banker s Details Bank Name Branch A/C No. Type of Account IFSC UNDERTAKING: I hereby certify that all the information furnished above is true to my knowledge. I have no objection to KIOCL verifying any or all the information furnished in this document with the concerned authorities, if necessary. I also certify that, I have understood all the terms and conditions indicated in the tender document and hereby accept the same completely. Place: Signature of authorized person with official seal Date: 14

UN-PRICED BID Sub: Providing services for Purchase of Air Tickets for Domestic and International Travel on Credit basis. SERVICE CHARGES Sl. no. Description Service charges per ticket irrespective of no. of sectors and class (Exclusive of taxes) In Rs. 1 Tickets for Domestic travel in Low cost Quoted carriers Airlines 2 Tickets for Domestic travel in other Airlines Quoted (Air India, Jet Airways) 3 Tickets of International travel, irrespective of Quoted Airlines 4 Please indicate the Service Tax. Note: a Domestic Airlines b International Airlines Quoted Quoted 1. Service charges are firm and fixed during the contract period. 2. Service tax will not be considered for evaluation of the price bid 3. If Airlines reinstate agency commission during the currency of the contract irrespective of the % commission offered, full benefit to be passed on to KIOCL Limited. Also an undertaking (with supporting document from respective Airlines) to be provided to KIOCL. 4. The bidder is required to furnish the present rate of commission along with documentary support being given by the Airlines. 5. Air Tickets shall be booked from anywhere to anywhere, as per requirement of KIOCL. Travel Agent shall not refuse booking for any operating route. Signature of authorized person with official seal Place: Date: 15

To PRICE BID The Dy. General Manager (CP & TS) KIOCL Limited II Block, Koramangala, BANGALORE 560 034 Dear Sir, Having examined and perused the following documents: i) Invitation to bids. ii) iii) iv) General Instructions to the Tenderers. Terms & Conditions of the tender. Evaluation Criteria & Part-I Technical bid (Annexure-A) v) Part-II, Price bid format (Annexure B) I/We agree to perform such services and execute such works upon the terms and conditions hereinafter contained as may be amended during the contract period of two years. I/we hereby distinctly and expressly declare and acknowledge that before submission of my tender, I have carefully followed the general instructions and clearly understood all the conditions of contract. I agree to keep the offer valid for Three (03) months from the due date of submission of bid. Thanking you, Sir, Yours faithfully, Date: Signature of tenderer/ authorized person with office seal 16

Annexure - B Sub: Providing services for Purchase of Air Tickets for Domestic and International Travel on Credit basis. Ref: Open Tender No: TS/ADM/AIRTKT/F-252/118 Date: 14.01.2016 NAME & ADDRESS OF AGENCY: Tele Nos.: Fax Nos.: Email id.: Mobile No.: SERVICE CHARGES PART-II PRICE BID Sl. no. Description Service charges per ticket irrespective of no. of sectors and class (Exclusive of taxes) In Rs. 1 Tickets for Domestic travel in Low cost carriers Airlines 2 Tickets for Domestic travel in other Airlines (Air India, Jet Airways) 3 Tickets of International travel, irrespective of Airlines 4 Please indicate the Service Tax. a Domestic Airlines b International Airlines Note: 1. Service charges are firm and fixed during the contract period. 2. Service tax will not be considered for evaluation of the price bid 3. If Airlines reinstate agency commission during the currency of the contract irrespective of the % commission offered, full benefit to be passed on to 17

KIOCL Limited. Also an undertaking (with supporting document from respective Airlines) to be provided to KIOCL. 4. The bidder is required to furnish the present rate of commission along with documentary support being given by the Airlines. 5. Air Tickets shall be booked from anywhere to anywhere, as per requirement of KIOCL. Travel Agent shall not refuse booking for any operating route. Signature of authorized person with official seal Place: Date: 18

INTEGRITY PACT THIS AGREEMENT is entered into between the following Parties: KIOCL Limited, IInd Block, Koramangala, Bangalore 560 034 hereinafter referred to as The Principal, and Name & Address of the Party.. hereinafter referred to as The Tenderer/ Contractor Preamble The Principal intends to award a contract, following its laid-down organizational procedures, for Providing services for Purchase of Air Tickets for Domestic and International Travel on Credit basis. The Principal values full compliance with all relevant laws and regulations and the principles of economical use of resources and of fairness and transparency in its relations with its Tenderer(s) and /or Contractor(s). In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organization, "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor (IEM) who will monitor the tender process and the execution of the Contract for compliance with the principles mentioned below. IT IS AGREED AS FOLLOWS: Definitions: a) Principal means KIOCL LIMITED, incorporated under the Companies Act 1956, having their registered office at Koramangala, Bangalore 560 034 and includes their successors. b) Tenderer means the person, firm or company submitting a tender against the Invitation to Tender and includes his/ its/ their staff, consultants, parent and associate and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers, heirs, executors, administrators, representatives, successors. 19

c) Contractor means the Tenderer whose tender has been accepted by the principal or Company whose tender has been accepted and shall be deemed to include his/ its/ their successors, representatives, heirs, executors and administrators unless excluded by the Contract. d) Independent External Monitor" means a person, hereinafter referred to as IEM, appointed, in accordance with clause 8.a below, to verify compliance with this agreement. e) "Party" means a signatory to this agreement. f) Contract means the contract entered into between the Principal and Tenderer/Contractor for the execution of work mentioned in the preamble above. Commitments of the Parties Section 1 - Commitments of the Principal:- The Principal commits itself to take all measures necessary to prevent corruption (inducement to violate duty assigned to its employees) and to observe the following principles; i) No employee of the Principal, personally or through family members or any third person, will in connection with all stages of tendering or the execution of Contract, demand or take a promise, or accept, for him/herself or any third person, any material or non-material benefit which he/she is not legally entitled to; ii) ii) The Principal will, during the tender process, treat all Tenderers with equity and reason. The Principal will in particular, before and during the tender process, provide to all Tenderers the same information and will not provide to any Tenderer any information/ clarification through which the Tenderer could obtain an advantage in relation to the tender process or the Contract execution; iii) The Principal will not take, directly or indirectly, any steps, which could unduly influence the functioning of IEM. iv) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-corruption Laws of India/ guidelines of Govt. / guidelines of CVC/ guidelines of Principal, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions. 20

v) If the Principal obtains information of conduct of a bidder, contractor or subcontractor or of an employee or a representative or an associate of a bidder, contractor or sub-contractor, which constitutes corruption, or if the Principal has a substantive suspicion in this regard, the Principal will inform the Vigilance Department of the principal. Section 2 - Commitments of the Tenderer(s)/Contractor(s):- 2.1 The Tenderer /Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the Contract execution; i) The Tenderer / Contractor will not directly or through any other person(s) or firm, offer, promise or give to the Principal, or to any of the Principal s employees involved in the tender process or the execution of the Contract or to any third person any material or immaterial benefit which he / she is not legally entitled to in order to obtain, in exchange, an advantage during the tender process or to vitiate the Principal s tender process or the execution of the Contract. ii) The Tenderer / Contractor will not enter with other Tenderers into any illegal agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or actions to restrict competitiveness or to vitiate the Principal s tender process or the execution of the Contract. iii) The Tenderer / Contractor will not commit any criminal offence under the relevant Anti-corruption Laws of India; further, the Tenderer / Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. iv) The Tenderer / Contractor of foreign origin shall disclose the name and address of the agents/representatives in India, if any. Similarly, the Tenderer / Contractor of Indian Nationality shall furnish the name and address of the foreign principals, if any. v) The Tenderer / Contractor will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract. 21

vi) The Tenderer/ Contractor will not take, directly or indirectly, any steps, which could unduly influence the functioning of IEM. vii) The Tenderer / Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences. 2.2 Obligation to Ensure Compliance a) Each Party will take all reasonable steps to ensure that the provisions of this agreement which are binding on it are complied with by all of its staff, consultants, parent and associated and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers. b) Each Party will appoint an appropriate senior manager with responsibility for ensuring that the provisions of this agreement are complied with. Section 3 - Disqualification from tender process and exclusion from future contracts a) If the Tenderer, before award of Contract, has committed a transgression through violation of any of the terms under section 2 above or in any other form such as to put his reliability or credibility as Tenderer into question, the Principal is entitled to disqualify the Tenderer from the tender process or to terminate the Contract, if already signed, for such reason. b) If the Tenderer / Contractor has committed a transgression through a violation of any of the terms under section 2 above or in any other form such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Tenderer / Contractor from future Contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Tenderer /Contractor and the amount of the damage. The exclusion will be imposed for a minimum of six (6) months and a maximum of three (3) years. c) If the Tenderer / Contractor can prove that he has restored/ recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion before the expiry of the period of such exclusion. d) A transgression is considered to have occurred if, in light of all available evidence, a reasonable doubt is possible. 22

Section 4 - Compensation for Damages a) If the Principal has disqualified the Tenderer from the tender process prior to the award according to Section 3 above, the Earnest Money Deposit (EMD) furnished, if any, along with the offer as per the terms of the Invitation to Tender (ITT) shall be forfeited. This is apart from the disqualification of the Tenderer as may be imposed by the Principal as brought out at section 3 above. b) If the Principal has terminated the Contract according to Section 3 above, or if the Principal is entitled to terminate the Contract according to section 3 above, the EMD/Security Deposit furnished by the contractor, if any, as per the terms of the ITT/Contract shall be forfeited. This is apart from the disqualification of the Tenderer, as may be imposed by the Principal, as brought out at section 3 above. Section 5 - Previous Transgression a) The Tenderer hereby declares that no previous transgressions with respect to provisions of Integrity pact occurred in the last three (3) years with any other Company in any country or with any other Public Sector Enterprise in India and, as such, there is no case for his exclusion from the tender process. b) The Tenderer hereby agrees that if he has made/makes incorrect statement in regard to this aspect, he can be disqualified from the tender process or the Contract, if already awarded, can be terminated for that reason. Section 6 - Equal treatment of all Tenderers/Contractors/ Sub-contractors a) The Tenderer / Contractor undertakes to obtain from all sub-contractors a commitment consistent with this integrity pact, and to submit it to the Principal at the time of seeking approval of the principal for appointment of sub-contractors. b) The principal will enter into agreements with identical conditions as that of this Integrity Pact, with all Tenderers / Contractors c) It is essential for all tenderes / contractors to sign the Integrity Pact with the company if the value of the transaction is more than 30 lakhs. The principal will disqualify from the tender process all tenderers/ contractors who do not sign this Pact or violate its provisions. 23

Section7 - Breaches of this Agreement a) In the event that any Party believes that there is prima facie evidence that there has been a failure by a Party to comply with any provision of this agreement, such Party will take the following actions: i) It will report full details of such suspected non-compliance to the IEM and CVO with copies to the Chief Executives of each of the Parties. ii) If any such non-compliance has been carried out, or assisted by an individual who is a member of a professional association, and such non-compliance may constitute a breach of any disciplinary code of such professional association, such Party may report such matter to the professional association. b) If such non-compliance may constitute a criminal offence, either in the country in which the Contract is being carried out, or in the home country of the organization or individual which carried out or assisted such non-compliance, such Party may report such matter to the appropriate criminal authorities in those territories. c) In the event that any Party breaches any provision of this agreement, the other Parties may, in addition to the rights under this agreement, claim damages against the defaulting Party, and exercise any other rights they may have against the defaulting Party. d) The Parties will take appropriate disciplinary or enforcement action against any of their staff, consultants, parent and associated and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers who cause or assist in any breach of any provision of this agreement. Section 8 - Independent External Monitor/Monitors (IEM) a) The Principal, will appoint a competent and credible IEM/Number of IEMs for the duration of this agreement from the panel of IEMs appointed in consultation with the Central Vigilance Commission (CVC). b) The IEM will assess, on an independent and objective basis, the extent to which the Parties comply with their obligations under this agreement. c) The Parties will, after submission of a tender; after the award of any contract to them and for the duration of the contract: 24

i) Allow the IEM unrestricted access to all books, records and staff relevant to such tender; ii) Ensure that the IEM has unrestricted access to the relevant books, records and staff of their consultants, parent and associated and subsidiary companies, agents, consortium and joint venture partners, sub-contractors and suppliers. d) In the event that the IEM believes that there is prima facie evidence that there is a violation of this agreement, the IEM will report the same to CEO of the Principal. e) Upon receipt of a report from the IEM, CEO of the Principal and the Board will discuss and try to agree upon the appropriate action to be taken in line with sections 3,4 & 5 above to deal with such violation. f) The IEM has no power to inquire any of the Parties to undertake any actions. No statement by the IEM, whether oral or in writing, is binding on any of the parties. Any Party in legal or dispute resolution proceedings can use all reports and other documentation issued by the IEM. The IEM can be called as a witness in legal or dispute resolution proceedings. g) Fee and /or any other incidentals including traveling/conveyance expenses, if any, payable to IEM shall be borne by the Principal. h) The IEM can only be removed from his appointment, if: 1. All parties agree in writing to remove him: or 2. He resigns: or 3. He is removed from his office by order of a Court having appropriate jurisdiction. i) On completion of the term by the IEM or if the IEM is removed from his appointment or in case of death of IEM (whichever is earlier), the Principal will appoint another IEM as per section 8.a) above for the remaining duration of this agreement. Section 9 - Duration of Agreement a) This agreement comes into force as soon as it has been signed by all the Parties have signed it. It cannot be terminated or varied except by the written agreement of all the Parties. 25

b) This agreement will expire after 12 months from the date of last payment under the respective Contract for the Contractor, and for all other Tenderers 6 months after the award of the Contract. Section 10 - Other Provisions a) The Principal will disqualify from the tender process all Tenderers who do not sign this Pact or violate its provisions. b) Should any occasion arise entailing IEM to undertake any investigation under the provisions of this agreement, the venue for such investigation shall generally be at KIOCL Corporate Office, Koramangala, Bangalore 560 034. c) This agreement is subject to Indian law. Place of performance and jurisdiction is the corporate office of the Principal. In case of any dispute, the courts at Bangalore only shall have jurisdiction. d) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. e) Addresses along with other relevant details of the Chief Executives of the Parties are as given under; 1. Principal: Chairman-cum-Managing-Director, KIOCL Limited II Block, Koramangala, BANGALORE 560 034 INDIA. 2. Tenderer / Contractor...... Tel Fax Tel: Mobile: Email: Fax: : 080-25531322(O) : 080-25531272(O) : 080-25521584(O) 26

f) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In that case the parties will strive to come to an agreement to their original intentions. g) If the contractor is a partnership or consortium, all partners or consortium members must sign this agreement. For the Principal Place.. Date.. For the Tenderer/ Contractor Place.. Date.. Witness 1: (Name & address) Witness 1:.. (Name & address) Witness 2:.. (Name & address) Witness 2:... (Name & address) 27