17
SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015 Page | 1 Signature and Seal of Tenderer SBU – Industrial Packaging 5, J. N. Heredia Marg, Ballard Estate, Mumbai- 400001, India Tel. No.091-022–66258209/66258190 Fax No. 091 - 022– 66258200 NOTICE INVITING TENDER – IP CHENNAI Tender No. 0100LC0554 dated 28.12.2015 Due date of Tender: 08.01.2016 at 14:00 hrs. INTRODUCTION Balmer Lawrie & Co. Ltd is a Mini-Ratna-I Public Sector Enterprise under the Ministry of Petroleum & Natural Gas, Government of India along with its six joint ventures in India & abroad. Today it is a much-respected transnational diversified conglomerate with presence in both manufacturing and service sectors. Balmer Lawrie is a market leader in Steel Barrels, Industrial Greases and Specialty Lubricants, Corporate Travel and Logistic Services. It also has significant presence in most other business. It operates, viz, Performance Chemical, Logistic Infrastructures etc. In Industrial Packaging, we are the leading manufacturer of MS Drums, holding the largest market share in India. The Company has a distributed manufacturing base with factories in Chennai, Chittoor, Silvassa, Asaoti, Kolkata and Taloja. Our Plants are ISO Certified and conform to Safety, Health and environment norms. Balmer Lawrie & Co. Ltd., Industrial Packaging invites Bid from Registered Vendors for Design, Supply & Commissioning of Electrical Control Panel for Main Line Baking Oven & Internal Paint Booth in Barrel Plant, Balmer Lawrie & Co. Ltd., Industrial Packaging, No.32, Sathangadu Village, Manali, Chennai – 600 068. Conducted at e-Procurement Portal: https://balmerlawrie.eproc.inand the Tender Document can be downloaded from www.balmerlawrie.com. Contact details for any clarification over the tender for participation. Balmer Lawrie & Co.Ltd. SBU-Industrial Packaging, 5, J .N. Heredia Marg, Ballard Estate Mumbai – 400 001. C1 India Pvt.Ltd. 603,Coral Classic,20 th Road, Near AmbedkarPark,Chembur Mumbai-400 071 Contact Persons 1.Mr.M.Saha, Mob.08697117942 Land Line No.022 66258215 e.mail:[email protected] 2.Mr. Rajasekharan Land Line No.04425946644 e.mail:[email protected] 4.Mr. B.Praveen Kumar Land Line No.044 25946651 e.mail:[email protected] 3.Mr. T.S.Elangovan Land Line No.044 25946651 e.mail:[email protected] Contact Person 1.Mr.Ritabrata Chakraborty. Mob.08697910411 e.mail- [email protected] 2.Mr.Rajesh Kumar,Mob.09650465143 e.mail- [email protected] 3. Mr. Chandan Pedamkar,Mob.09930315405 e.mail- [email protected] 4. Mr.Tuhin Ghosh,Mob.08981165071, e.mail [email protected]

NOTICE INVITING TENDER IP CHENNAI - Balmer Lawriebalmerlawrie.com/files/uploads/14513041600100lc0554.pdf · SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015 Page |

  • Upload
    vokhanh

  • View
    214

  • Download
    1

Embed Size (px)

Citation preview

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 1 Signature and Seal of Tenderer

SBU – Industrial Packaging 5, J. N. Heredia Marg, Ballard Estate,

Mumbai- 400001, India Tel. No.091-022–66258209/66258190

Fax No. 091 - 022– 66258200

NOTICE INVITING TENDER – IP CHENNAI

Tender No. 0100LC0554 dated 28.12.2015

Due date of Tender: 08.01.2016 at 14:00 hrs.

INTRODUCTION

Balmer Lawrie & Co. Ltd is a Mini-Ratna-I Public Sector Enterprise under the Ministry of Petroleum & Natural Gas, Government of India along with its six joint ventures in India & abroad. Today it is a much-respected transnational diversified conglomerate with presence in both manufacturing and service sectors. Balmer Lawrie is a market leader in Steel Barrels, Industrial Greases and Specialty Lubricants, Corporate Travel and Logistic Services. It also has significant presence in most other business. It operates, viz, Performance Chemical, Logistic Infrastructures etc. In Industrial Packaging, we are the leading manufacturer of MS Drums, holding the largest market share in India. The Company has a distributed manufacturing base with factories in Chennai, Chittoor, Silvassa, Asaoti, Kolkata and Taloja. Our Plants are ISO Certified and conform to Safety, Health and environment norms.

Balmer Lawrie & Co. Ltd., Industrial Packaging invites Bid from Registered Vendors for Design, Supply & Commissioning of Electrical Control Panel for Main Line Baking Oven & Internal Paint Booth in Barrel Plant, Balmer Lawrie & Co.

Ltd., Industrial Packaging, No.32, Sathangadu Village, Manali, Chennai – 600 068.

Conducted at e-Procurement Portal: https://balmerlawrie.eproc.inand the Tender Document can be downloaded from www.balmerlawrie.com.

Contact details for any clarification over the tender for participation.

Balmer Lawrie & Co.Ltd. SBU-Industrial Packaging, 5, J .N. Heredia Marg, Ballard Estate Mumbai – 400 001.

C1 India Pvt.Ltd. 603,Coral Classic,20th Road, Near AmbedkarPark,Chembur Mumbai-400 071

Contact Persons 1.Mr.M.Saha, Mob.08697117942

Land Line No.022 66258215

e.mail:[email protected]

2.Mr. Rajasekharan

Land Line No.04425946644

e.mail:[email protected]

4.Mr. B.Praveen Kumar

Land Line No.044 25946651

e.mail:[email protected]

3.Mr. T.S.Elangovan

Land Line No.044 25946651

e.mail:[email protected]

Contact Person 1.Mr.Ritabrata Chakraborty. Mob.08697910411

e.mail- [email protected]

2.Mr.Rajesh Kumar,Mob.09650465143

e.mail- [email protected]

3. Mr. Chandan Pedamkar,Mob.09930315405

e.mail- [email protected]

4. Mr.Tuhin Ghosh,Mob.08981165071,

e.mail [email protected]

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 2 Signature and Seal of Tenderer

FORMAT OF TENDER DOCUMENT CONSISTS OF:

A. Instruction for bidders

B. Tender Base Information

C. Technical Specification

D. Commercial Terms & Conditions

E. PRICEBID

F. Proforma for BG as SD

The bidder is expected to examine the Tender documents, including all instructions, forms, General Terms & Conditions, Special Terms & Conditions, Technical Specifications and other documents and to fully familiarize itself with the requirements of the bidding documents. Failure to furnish all the information required by the Bidding Documents or the submission of a bid not substantially responsive to the Bidding Documents in every respect may result in the rejection of the Bid.

A. INSTRUCTIONS FOR BIDDERS:

Balmer Lawrie & Co. Ltd., Industrial Packaging invites Bid from Registered Vendors for Design, Supply &Commissioning of Electrical Control Panel for Main Line Baking Oven & Internal Paint Booth in Barrel Plant, Balmer Lawrie & Co. Ltd., Industrial

Packaging, No.32, Sathangadu Village, Manali, Chennai – 600 068.

1. SALIENT FEATURES OF THE TENDER:

i. The bidder should be registered in Balmer Lawrie Web Portal through M/s. C1 India Pvt. Ltd., for online e.bidding. ii. Tender Type – LIMITEDTENDER Registered Vendors has to participate in this tender through BL e-procurement

website: Portal https://balmerlawrie.eproc iii. Tender Category – SINGLE BID TENDER[The tender document consist of Price Bid ] iv. Evaluation Type - Item-wise: Prices are compared at individual item level. v. Payment of Earnest Money Deposit / Security Deposit

2. TENDER DETAILS:

Tender Documents consists of Priced Bid, Tender Details, and Terms & Conditions.

The bidder is requested to download the tender document and read all the terms and conditions mentioned in the tender document and seek clarification if in doubt from the Tender Inviting Authority.

The bidder have to register themselves with our service provider M/s. C1 India Pvt. Ltd., prior to participate in the as per guidelines provided under “Conditions for Online Bid Submission” in the last pages.

The bidder has to keep track of any changes by viewing addendum / corrigendum issued by the tender inviting authority on time – to – time basis in the e-procurement platform. The Company calling for tenders shall not be responsible for any claims/ problems arising out of this.

3. TENDER SUBMISSION:

After submission of bid online, the bidders are requested to submit the originals of Demand Draft (DD) towards EMD to the tender inviting authority before opening of priced bid and other uploaded documents at the time of concluding agreement.

The bidder shall invariably furnish the original DD to the tender inviting authority before opening of priced bid either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of bidder. The Company shall not take any responsibility for any delay or non-receipt.

The bidder should complete all the processes and steps required for bid submission. The successful bid submission can be ascertained once acknowledgement is given by the system through bid submission number after completing all the processes and steps. M/s. Balmer Lawrie & Co Ltd & M/s. C1 India Pvt. Ltd., are not responsible for incomplete bid submission by users. Users may also note that the incomplete bids will not be saved by the system and are not available for the tender inviting authority for processing.

All correspondence shall be addressed to the office of Sr. Manager (SCM) M/s. Balmer Lawrie & Co Ltd., J N Heredia Marg, Ballard Estate , Mumbai 400 001 Land Line : 022066258215 / Fax no : 66258200.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 3 Signature and Seal of Tenderer

TENDER SUBMISSION (ON-LINE)

Bidders participating through e-proc mode should submit the originals of Demand Draft (DD) towards EMD to the tender inviting authority before opening of un-priced bid and other uploaded documents after submission of bid online.

The bidder shall invariably furnish the original DD to the tender inviting authority before opening of un-priced bid either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of bidder. The Company shall not take any responsibility for any delay or non-receipt.

The bidder should complete all the processes and steps required for bid submission. The successful bid submission can be ascertained once acknowledgement is given by the system through bid submission number after completing all the processes and steps. M/s. Balmer Lawrie & Co Ltd & M/s. C1 India Pvt. Ltd., are not responsible for incomplete bid submission by users. Users may also note that the incomplete bids will not be saved by the system and are not available for the tender inviting authority for processing.

4. IMPORTANT POINTS TO BE NOTED:

i. Due date for Price Bid submission 08.01.2016 at 14:00 hrs.

ii. All documents required in the tender can be deposited in the Tender Box at our Ballard Estate Office, 5, J.N.Heredia Marg, Ballard Estate, Mumbai-400 001.

iii. The term “BL” wherever mentioned in the tender document refers to “Balmer Lawrie & Co. Ltd.”

iv. BL would be the Purchaser. The successful bidder will be the Service provider.

v. This document is the Tender.

vi. The Acceptance of the Order by the successful bidder will form the contract.

vii. Bid Security / Earnest Money Deposit(EMD)/ Bid Bond.

viii. SSI UNITS WITH VALID REGISTERATION WITH NATIONAL SMALL INDUSTRIES CORPORATION LIMITED (MSME/NSIC), FOR THE ITEM TENDERED ARE EXEMPTED FROM PAYMENT OF EARNEST MONEY DEPOSIT.

ix. NOTE: - Bidder having MSME/NSIC Registration needs to attach copy of valid Certificate applicable for the tendered service.

5. CORRIGENDUM TO TENDER: The bidder has to keep track of any changes by viewing the addendum / Corrigendum's issued by the Tender Inviting Authority on time-to- time basis in the BL’s Website. The Company calling for tenders shall not be responsible for any claims/problems arising out of this.

6. BID VALIDITY: The Price Bid submitted by bidder shall remain valid for a period of Three Months from the date of

opening of the Price Bid.

7. BID REJECTION CRITERIA:

A bid may be rejected if

If the bidder fails to send the Earnest Money Deposit (EMD)/Bid Bond amount within the bid due date.

The deviations from the terms mentioned in the document affects in any way the scope, quality and performance.

Conflict of interest between the bidder and the Company is detected at any stage.

8. CLARIFICATION: Clarifications that the Bidder needs to have on the tender specification can be sought from BL in writing

within one week from the date of issue of this enquiry. All clarifications shall be by e-mail (Only email queries shall be replied)

9. TENDER DOCUMENTS AND DEVIATIONS: It is expected that bidders will submit bids based strictly on the terms and

conditions and specifications contained in the bidding documents and will not stipulate any deviations. Deviation from technical specifications, as given in the Tender Document would invite immediate dis-qualification from further consideration of the bid.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 4 Signature and Seal of Tenderer

B. TENDER BASE INFORMATION

a. Tender No. : 0100LC0554 dt.28.12.2015

b. Tender Title : Design, Supply & Commissioning of Electrical Control Panel for Mainline Baking Oven & Internal Paint Booth.

c. Tender Description :

Balmer Lawrie & Co. Ltd., Industrial Packaging invites Bid from Registered Vendors for Design, Supply &Commissioning of Electrical Control Panel for Main Line Baking Oven & Internal Paint Booth in Barrel Plant,

Balmer Lawrie & Co. Ltd., Industrial Packaging, No.32, Sathangadu Village, Manali, Chennai – 600 068.

d. Tender Type (NCB / ICN / Limited)

(National Competitive Bidding–NCB, Inter-national Competitive Bidding–ICB)

: LIMITED

e. Factory / Division : Industrial Packaging, Chennai

f. Currency (India Rupees / U S Dollars ) : INDIAN RUPEES

g. Section / Sub-division : -

h. Tender Category (Single Bid/ Two Bid / EOI ) : SINGLE BID TENDER

i. Evaluation Type: (Item-wise: Rates are compared at individual item level ,Schedule-wise: Rates are compared as groups of similar items)

: ITEM-WISE

j. Estimated Value ( min) : N.A.

k. Estimated Value (max) : N.A.

l. Payment Level (Tender Level / Item Level) : TENDER LEVEL

m. Currency of payment Indian Rupees ( INR)

n. EMD Amount : ₹ 5,000/-( Rupee Five Thousand only)

o. Payment Mode : Demand Draft only Cheque / Cash / NEFT or any other forms of payment are not acceptable

p. Payable at : Mumbai, in favor of M/s. Balmer Lawrie & Co. Ltd.

The Demand Draft/Pay order has to be made from a Scheduled Indian Bank. The EMD/Bid Bond to be deposited within the Due date for the tender. Earnest Money Deposit can also be made directly to our Standard Chartered Bank (Account No. 222-0-526803-6, NEFT Code - IFSC “SCBL0036046) through electronic transfer and proof of transfer of funds deposited with us.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 5 Signature and Seal of Tenderer

C. TECHNICAL SPECIFICATION

Design, Supply & Commissioning of Electrical Control Panel for Main Line Baking Oven & Internal Paint Booth in Barrel

Plant, Balmer Lawrie & Co. Ltd., Industrial Packaging, No.32, Sathangadu Village, Manali, Chennai – 600 068.

A. Bill of Materials (BOM) for ELECTRICAL CONTROL PANEL OF FINAL BAKING OVEN CONVEYOR SYSTEM

SNo. Item Description Make Quantity

i. PANEL AND INCOMMING ACCESSORIES

1. CONTROL PANEL - The approximate size of panel shall be Height 1300mm X Width 800mm X Depth 400mm with 100mm Plinth & with cables entrance at top of the control panel.

Bidders Design & Scope 1 No.

2. RED COLOUR INDICATION LAMP SIEMENS / L&T 1 No.

3. YELLOW COLOUR INDICATION LAMP SIEMENS / L&T 1 No.

4. BLUE COLOUR INDICATION LAMP SIEMENS / L&T 1 No.

5. ANALOG AMMETER - CUTOUT SIZE 96 x 96 REPUTED 1 No.

6. ANALOG VOLTMETER - CUTOUT SIZE 96 x 96 REPUTED 1 No.

7. AMMETER SELECTOR SWITCH SALZER 1 No.

8. VOLTMETERSELECTOR SWITCH SALZER 1 No.

9. CURRENT TRANSFORMER- 100 / 5 AMPS REPUTED 3 Nos.

10. THERMAL MAGNETIC MCCB WITHADJUSTABLE OVERLOAD AND SHORT CIRCUIT - 100 AMPS 4 POLE SIEMENS / L&T 1 No.

ii. INPUT CRATE CHAIN AND INPUT DIAMOND CHAIN CONVEYOR

11. MCB 3 POLE 16 AMPS SIEMENS /L&T/ LEGRAND 3 Nos.

12. POWER CONTACTORS -16AMP WITH 2 NO & 2 NC AUX CONTACTS SIEMENS / L&T 3 Nos.

13. OVER LOAD RELAY 2 TO 6.3AMPS SIEMENS / L&T 3 Nos.

iii. ROLLER CONVEYOR 1, 2 EXIT CONVEYOR

14. MCB 3 POLE 16 AMPS SIEMENS /L&T/ LEGRAND 4 Nos.

15. POWER CONTACTORS -16AMP WITH 2 NO & 2 NC AUX CONTACTS SIEMENS / L&T 4 Nos.

16. OVER LOAD RELAY 1.4 TO 4 AMPS SIEMENS / L&T 4 Nos.

iv. OVEN INSIDE CRATE CHAIN CONVEYOR

17. MCB 3 POLE 32 AMPS SIEMENS /L&T/ LEGRAND 1 No.

18. POWER CONTACTOR 25 AMPS FOR LINE & DELTA WITH 1NO AUX.CONTACTS

SIEMENS / L&T 2 Nos.

19. POWER CONTACTOR 25 AMPS FOR STAR WITH 2 NO & 2 NC AUX CONTACTS

SIEMENS / L&T 1 No.

20. OVER LOAD RELAY 6 TO 15 AMPS SIEMENS / L&T 1 No.

21. STAR DELTA TIMER SIEMENS / L&T 1 No.

22. TIMER REPUTED 1 No.

23. CONTROL TRANSFORMER 1 KVA. REPUTED 1 No.

24. MCB - 2 POLE 16 AMPS FOR CONTROL TRANSFORMER PRIMARY SIEMENS / L&T 1 No.

25. MCB - 2 POLE 16 AMP FOR CONTROL TRANSFORMER SECONDARY SIEMENS / L&T 1 No.

26. CONTROL FUSE BASE 20 AMPS SIEMENS / L&T 3 Nos.

27. FUSE LINK 6 AMPS SIEMENS / L&T 3 Nos.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 6 Signature and Seal of Tenderer

SNo. Item Description Make Quantity

28. SELECTOR SWITCH 3 POSITION SIEMENS / L&T 1 No.

29. INDICATION LAMP SIEMENS / L&T 20 Nos.

30. GREEN COLOUR ILLUMINATION PUSH BUTTON SIEMENS / L&T 13 Nos.

31. RED COLOUR ILLUMINATION PUSH BUTTON SIEMENS / L&T 10 Nos.

32. NO BLOCK SIEMENS / L&T 11 Nos.

33. NC BLOCK SIEMENS / L&T 12 Nos.

34. EMERGENCY PUSH BUTTON SIEMENS / L&T 3 Nos.

35. COOLING FAN REPUTED 1 No.

36. TUBE LIGHT REPUTED 1 No.

37. DOOR LIMIT SWITCH REPUTED 1 No.

38. AUXILIARY CONTACTOR 2 NO + 2 NC SIEMENS / L&T 24 Nos.

39. AUXILIARY CONTACTOR - 4 NO SIEMENS / L&T 5 Nos.

40. AUXILIARY CONTACT BLOCK 1 NO SIEMENS / L&T 10 Nos.

41. AUXILIARY CONTACT BLOCK 1 NC SIEMENS / L&T 10 Nos.

42. DIGITAL TEMPERATURE CONTROLLER, 6 CHANNEL, SIZE 96*96, VOLTAGE 110/230 VAC, CHANGE OVER CONTACTS: 1 NO, 1 NC.

SELECTRON 1 No.

43. HOOTER FOR ALARM. RATED VOLTAGE -230VAC. REPUTED 1 No.

44. MCB - 2 POLE, 16 AMPS FOR HOOTER SIEMENS / L&T 1 No.

v. ACCESSORIES

45. BAR SUPPORT BUS REPUTED AS REQD

46. ALUMINIUM BUS BAR REPUTED AS REQD

47. LUGS AND ACCESSORIES REPUTED AS REQD

48. NAME PLATE ACCESSORIES REPUTED AS REQD

49. HYLAM SHEET REPUTED AS REQD

50. CURRENT TRANSFORMER DISCONNECTING TERMINAL BLOCKS REPUTED 4 Nos.

51. BOLT AND NUT ACCEOSSIRES REPUTED AS REQD

52. BUS BAR SLEEVE REPUTED AS REQD

53. WIRES AND ACCESSORIES REPUTED AS REQD

54. REMOTE PUSH BUTTON BOX ALONG WITH 7 GREEN ILLUMINATION PUSH BUTTONS AND 7 RED PUSH BUTTONS AND PROVISION FOR 1 EMERGENCY STOP BUTTON.

REPUTED 1 No.

B. Bill of Materials (BOM) for ELECTRICAL CONTROL PANEL OF INTERNAL PAINT BOOTH CONVEYOR SYSTEM

SNo. Item Description Make Quantity

i. PANEL AND INCOMMING ACCESSORIES

1. CONTROL PANEL - The approximate size of panel shall be Height 1500mm X Width 800mm X Depth 400mm with 100mm Plinth. Bidders Design & Scope 1 No.

2. RED COLOUR INDICATION LAMP SIEMENS / L&T 1 No.

3. YELLOW COLOUR INDICATION LAMP SIEMENS / L&T 1 No.

4. BLUE COLOUR INDICATION LAMP SIEMENS / L&T 1 No.

5. ANALOG AMMETER - CUTOUT SIZE 96 x 96 REPUTED 1 No.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 7 Signature and Seal of Tenderer

SNo. Item Description Make Quantity

6. ANALOG VOLTMETER - CUTOUT SIZE 96 x 96 REPUTED 1 No.

7. AMMETER SELECTOR SWITCH SALZER 1 No.

8. VOLTMETERSELECTOR SWITCH SALZER 1 No.

9. CURRENT TRANSFORMER- 100 / 5 AMPS REPUTED 3 Nos.

10. THERMAL MAGNETIC MCCB WITHADJUSTABLE OVERLOAD AND SHORT CIRCUIT - 150 AMPS 4 POLE SIEMENS / L&T 1 No.

11. MCB 3 POLE 63 AMPS SIEMENS /L&T/ LEGRAND 1 No.

ii. CHAIN CONVEYOR BETWEEN UPPENDER & INPUT ROLLER CONVEYOR

12. MCB 3 POLE 16 AMPS SIEMENS /L&T/ LEGRAND 2 Nos.

13. POWER CONTACTORS -16AMP WITH 2 NO & 2 NC AUX CONTACTS SIEMENS / L&T 2 Nos.

14. OVER LOAD RELAY 2 TO 6.3AMPS SIEMENS / L&T 2 Nos.

iii. ENTRY & EXIT ROLLER CONVEYOR

15. MCB 3 POLE 16 AMPS SIEMENS /L&T/ LEGRAND 2 Nos.

16. POWER CONTACTORS -16AMP WITH 2 NO & 2 NC AUX CONTACTS SIEMENS / L&T 2 Nos.

17. OVER LOAD RELAY 1.4 TO 5 AMPS SIEMENS / L&T 2 Nos.

iv. INTERNAL PAINT BOOTH INSIDE CHAIN CONVEYOR

18. MCB 3 POLE 32 AMPS SIEMENS /L&T/ LEGRAND 2 Nos.

19. POWER CONTACTORS -25 AMPS WITH 2 NO & 2 NC AUX CONTACTS

SIEMENS / L&T 2 Nos.

20. OVER LOAD RELAY 6 TO 12.5 AMPS SIEMENS / L&T 2 Nos.

v. INTERNAL PAINT BOOTH DRUM ROTATION MOTOR

21. MCB 3 POLE 16 AMPS SIEMENS /L&T/ LEGRAND 1 Nos.

22. POWER CONTACTORS -16AMP WITH 2 NO & 2 NC AUX CONTACTS SIEMENS / L&T 1 Nos.

23. OVER LOAD RELAY 2 TO 6.3 AMPS SIEMENS / L&T 1 Nos.

24. CONTROL TRANSFORMER 1 KVA. REPUTED 1 No.

25. MCB - 2 POLE 16 AMPS FOR CONTROL TRANSFORMER PRIMARY SIEMENS / L&T 1 No.

26. MCB - 2 POLE 16 AMP FOR CONTROL TRANSFORMER SECONDARY SIEMENS / L&T 1 No.

27. CONTROL FUSE BASE 20 AMPS SIEMENS / L&T 3 Nos.

28. FUSE LINK 6 AMPS SIEMENS / L&T 3 Nos.

29. SELECTOR SWITCH 3 POSITION SIEMENS / L&T 1 No.

30. INDICATION LAMP SIEMENS / L&T 16 Nos.

31. GREEN COLOUR ILLUMINATION PUSH BUTTON SIEMENS / L&T 11 Nos.

32. RED COLOUR ILLUMINATION PUSH BUTTON SIEMENS / L&T 11 Nos.

33. NO BLOCK SIEMENS / L&T 11 Nos.

34. NC BLOCK SIEMENS / L&T 12 Nos.

35. EMERGENCY PUSH BUTTON SIEMENS / L&T 2 Nos.

36. COOLING FAN REPUTED 1 No.

37. TUBE LIGHT REPUTED 1 No.

38. DOOR LIMIT SWITCH REPUTED 1 No.

39. AUXILIARY CONTACTOR 2 NO + 2 NC SIEMENS / L&T 20 Nos.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 8 Signature and Seal of Tenderer

SNo. Item Description Make Quantity

40. AUXILIARY CONTACTOR - 4 NO SIEMENS / L&T 4 Nos.

41. AUXILIARY CONTACT BLOCK 1 NO SIEMENS / L&T 10 Nos.

42. AUXILIARY CONTACT BLOCK 1 NC SIEMENS / L&T 10 Nos.

vi. ACCESSORIES

43. BAR SUPPORT BUS REPUTED AS REQD

44. ALUMINIUM BUS BAR REPUTED AS REQD

45. LUGS AND ACCESSORIES REPUTED AS REQD

46. NAME PLATE ACCESSORIES REPUTED AS REQD

47. HYLAM SHEET REPUTED AS REQD

48. CURRENT TRANSFORMER DISCONNECTING TERMINAL BLOCKS REPUTED 4 Nos.

49. BOLT AND NUT ACCEOSSIRES REPUTED AS REQD

50. BUS BAR SLEEVE REPUTED AS REQD

51. WIRES AND ACCESSORIES REPUTED AS REQD

52. REMOTE PUSH BUTTON BOX ALONG WITH 2 GREEN ILLUMINATION PUSH BUTTONS, 2 RED PUSH BUTTONS AND PROVISION FOR 1 EMERGENCY STOP BUTTON.

REPUTED 1 No.

Note : In addition to the above, In Internal Paint Booth System, we already have a SIMATIC PLC Control Panel consisting SIEMENS CPU, DI & DO Modules, Relay Boards, MCB’s, HMI, Push Buttons, Selector Switches etc. These materials are required to be mounted in the above new Internal Paint Booth Conveyor Control Panel from the presently available PLC panel and required wiring & commissioning has to be done.

A. OTHER DETAILS.

1. The successful bidder shall provide Design & Drawing if any for Company’s approval prior to manufacturing.

2. Panel supplied by successful bidder shall be made up of ALUZINC Sheets.

3. The successful bidder scope shall be to Dismantle of existing unit, Supply, Installation, Testing, and Commissioning of new unit. Connect the available earthing to the existing system of earthing.

4. The successful bidder shall supply all material as per Bill of Material (BOM) provided above. Any additional item w.r.t. the item over and above BOM shall be provided in detail by bidder in their bid.

5. The successful bidder shall meet on their own expenses for associated work carried out towards travel for site inspection travel, boarding / lodging etc.

6. All Statutory Electrical Inspection / Approvals shall be to scope of Company.

7. Commissioning spares, HT/LT cables, Cable tray, Cable Termination Kits, Cable Glands, Cable Lugs, Straight through etc. Earthing Pits, Interconnecting GI Strips, support structure any civil work, mechanical work, lifting, unloading, shifting of any material, water, power etc., will be provided by Company.

D. COMMERCIAL TERMS & CONDITION

1. The term “Company (or) BL” wherever mentioned in the tender document refers to “Balmer Lawrie & Co. Ltd.”

2. The term “bidder / Vendor / Supplier” means the firm or company with whom the order is placed and shall be deemed to include the bidder, successors, representatives, heirs, executors and administrators duly approved by the company.

3. i.Delivery: Within 90 Days from the date of receipt of approved purchase order / Design & Drawing.

ii.Erection &Commissioning: Within 7 days of site clearance from company’s side.

4. The rate quoted by the successful bidder to be kept valid throughout the tenure of contract. No increase in rate will be considered. Except for change in statutory levies imposed by Union / State Govt./ Local authorities.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 9 Signature and Seal of Tenderer

5. The offer submitted by bidder should be valid for the company’s acceptance for a period of 90 days from the due date of opening of price bid.

6. The bidders are requested visit our plant, get acquainted with the type of job / work and understand the nature of job / work / responsibilities in totality before participating in this e-tender.

7. EARNEST MONEY DEPOSIT (EMD)/BID BOND:

Earnest Money Deposit Amount to be deposited in the form of Pay order / Demand Draft in Favor of Balmer Lawrie &

Co. Ltd, payable at Mumbai for INR ₹ 5,000/-(Rupee Five Thousand only)Bidders have to submit Earnest Money

Deposit by Demand Draft/Pay order/Bank transfer in favor of Balmer Lawrie & Co. Ltd., payable at Mumbai, India. The Demand Draft/Pay order has to be made from a Scheduled Indian Bank. The EMD/Bid Bond to be deposited within the Due date for the tender. Earnest Money Deposit can also be made directly to our Standard Chartered Bank (Account No. 222-0-526803-6, NEFT Code - IFSC “SCBL0036046) through electronic transfer and proof of transfer of funds deposited with us.

a. OFFERS RECEIVED WITHOUT EMD WILL BE REJECTED

b. For the successful bidder, the EMD will be refunded only after they submit the necessary Security Deposit against the work order placed on them. EMD will carry no interest.

c. For the unsuccessful bidders, the EMD will be refunded only after the successful bidder has accepted the Purchase order and the acknowledgement of the same has been received by BL.

d. Linking of EMD amount with earlier transactions / adjustments with pending bills or any other amount payable by the company is not allowed.

EMD is liable to forfeiture in the event of

a. Withdrawal of offers during validity period of the offer.

b. Non acceptance of orders.

c. Non Confirmation of acceptance of orders within the stipulated time after placement.

d. Any unilateral revision made by the bidder during the validity period of the offer.

e. Non execution of the documents after acceptance of the contract due to any dispute of the bidder or any reason whatsoever.

f. Non submission of Security Deposit.

For successful bidder, the EMD will be adjusted towards Security Deposit amount required to be paid by the successful bidder and excess amount shall be refunded in case of being higher than the required Security Deposit amount.

EMD is exempted for those vendors registered under NSIC (National Small Industries Corporation) (or) coming under the definition of Micro and Small Industries and holding valid registration certificates covering the tendered items / services. However, attested / notarized copy of valid NSIC certificate or” Micro and Small” industry certificate must be submitted in this regard.

8. SECURITY DEPOSIT [SD]:

The SD amount payable by the successful bidder would be 5% of the contract value by Demand Draft payable from

any Nationalized / Schedule Bank drawn in favor of Balmer Lawrie & Co. Ltd. payable at CHENNAI and the Security

Deposit may be submitted within 15 days of receipt of the Purchase Order. Security Deposit can also be made directly to our Standard Chartered Bank (Account No. 222-0-526803-6, NEFT Code - IFSC “SCBL0036046) through electronic transfer and proof of transfer of funds deposited with us. [or]

The entire SD amount can be submitted as Bank Guarantee [BG] valid for period of 5 Months for an equivalent amount issued by Nationalized / Scheduled Bank within 15days from the date of receipt of intimation from the company. In this regard the format given by company will only be used for submitting the BG.

The Security Deposit paid by Pay Order/Demand Draft/Bank Transfer shall bear no interest and shall be refunded through Bank transfer to successful bidder, only on successful delivery of the tendered service and

All sums of compensation or other sums of money as determined, if any, payable by the bidder may be deducted from the Security Deposit.

The Security Deposit amount can be adjusted to the extent of EMD amount for the successful bidder.

Security deposit is liable to forfeiture in the event of:

a. Non Supply after Acceptance of Purchase Order.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 10 Signature and Seal of Tenderer

b. Successful Bidder fails to deliver the service as per the terms & condition of the Purchase Order.

c. Successful Bidder violates the tender conditions.

d. If the performance of the bidder is found to be unsatisfactory Any unilateral revision made by the successful bidder during the validity period of the contract.

9. A. Payment Terms: Company’s desired payment terms shall be

1. 70% on delivery of material along with Full Tax & Duty at our works,

2. 20% on successful erection & commissioning and

3. 10% will be kept as retention amount for 3 months towards performance of the system.

B. Deviation from above Payment Terms:

i. In case bidder has different payment terms other than Company’s tender payment norms, suitable financial cost adjustment will be made to arrive at the Nett Delivered Cost at the time of evaluation / price bid comparison accordingly, the L1 status (Lowest Bid) will be arrived.

ii. In case successful bidder seeking partial advance payment prior to delivery of material then the same shall be payable against Bank Guarantee (B.G) in company’s prescribed format. Further, the interest accrual on above such advance payment will be taken into account to arrive at the Nett Delivered Cost at the time of evaluation / price bid comparison accordingly, the L1 status (Lowest Bid) will be arrived.

10. Performance Guarantee: shall be for a minimum period of ONE YEAR from the date of commissioning.

11. Inspection: If required, the Company shall depute its personal for inspection of material before dispatch from the premises of successful bidder.

12. Sub-Letting: The successful bidder shall not be allowed to sub-let either wholly or any part of the order without the Company’s prior written consent.

13. Whenever there is a duplication of clause in the terms and conditions, the clause which is beneficial to the Company will be considered applicable at the time of any dispute.

14. Late tenders / delayed tenders including postal delay and those not conforming to the prescribed terms and conditions will not be considered at all.

15. The company would not carry out any negotiations except with such successful bidders who is / are the lowest quoted successful bidders originally. As such it would be in the interest of the successful bidders to quote the lowest possible rate.

16. The successful bidder will be responsible for the welfare and discipline of his employees inside our factory. He must also undertake to comply with all statutory regulations for employment of his employees. Any expenses incurred by us under these regulations will have to be reimbursed by him. The successful bidder will be deemed to be the ultimate employer of his men.

17. Penalty clause: - Any failure on the part of the successful bidder in executing the contract as per tender terms will be viewed seriously. Further, the company reserves the right to execute the order from other source at the then prevailing rates and the additional cost if any incurred in this process will be recovered from the EMD / SD of the successful bidder. Also the bidder may be debarred from participating in future tenders of the company.

18. LIQUIDATED DAMAGES FOR DELAY IN DELIVERY / QUALITY PROBLEMS: Successful bidder shall have to pay to the company by way of liquidated damages and not as penalty an amount equal to 0.5% of the value of the materials so delayed for each week or part thereof such delay in delivery, subject to maximum of 5% of the total order value.

19. FORCE MAJEURE CLAUSE :If at any time during the continuance of this contract, the performance in whole or part by either party of any obligation under this contract shall be prevented or delayed by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions or acts of God (hereinafter referred to as events) then provided notice of the happening any such events if given by either party to the other within 21 days from the date of occurrence thereof neither party shall be by reason of such event be entitled to terminate this contract nor shall either party have any claim for damage against the other in respect of such nonperformance or delay in performance and deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist and decision of the Chief Operating Officer (Industrial Packaging), Balmer Lawrie & Co. Ltd., as to whether the deliveries has been so resumed or not shall be final and conclusive, provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for period exceeding 60 days, either party may at its option terminate the agreement.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 11 Signature and Seal of Tenderer

20. Termination Without prejudice to BL’s right or remedy available to BL, BL may terminate the Contract of any part thereof by a written notice to the bidder if:

1. The bidder fails to comply with any material term of the Contract. 2. The bidder informs BL of its inability to deliver the item or any part thereof within the stipulated Delivery Period or

such inability otherwise becomes apparent. 3. The bidder fails to deliver the item within the stipulated Delivery Period 4. The bidder becomes bankrupt or goes into liquidation. 5. The bidder makes a general assignment for the benefit of creditors. 6. A receiver is appointed for any substantial property owned by the bidder. 7. The bidder has misrepresented to BL, acting on which misrepresentation, BL has placed the Purchase Order on the

bidder. Upon receipt of said termination notice, the bidder shall immediately stop the service. On termination of the contract, without prejudice to any other right or remedy available to BL under the contract, in the event of BL suffering any loss on account of delayed delivery or non-delivery, BL reserves the right to claim and recover damages from the bidder in respect thereof. The EMD / Security Deposit will be forfeited.

21. ARBITRATION: Any dispute or difference arising under this Contract shall be referred under jurisdiction of Chennai to a sole arbitrator to be appointed by the Chairman & Managing Director, Balmer Lawrie & Co. Limited and the provisions of Arbitration and Conciliation Act, 1996 including any statutory modifications or enactment thereof shall apply to the Arbitration proceedings. The fees of the arbitrator, if any, shall be shared equally by both the parties. The award shall be a speaking award stating reason therefor and is final and binding on the parties. The proceeding shall be conducted in English language and courts at Chennai will have exclusive jurisdiction to settle any dispute arising out of this contract.

22. HSE REQUIREMENTS BY CONTRACTORS

Housekeeping Contractors shall ensure that their work area is kept clean tidy and free from debris. The work areas must be cleaned on a daily basis. Any disposal of waste shall be done by the Contractor. All equipment, materials and vehicles shall be stored in an orderly manner. Access to emergency equipment, exits, telephones, safety showers, eye washes, fire extinguishers, pull boxes, fire hoses, etc. shall not be blocked or disturbed.

Confined Space Before commencing Work in a confined space the Contractor must obtain from Owner a Permit to Work, the Permit to Work will define the requirements to be followed. As minimum Contractors must ensure the following:

a) Confined spaces are kept identified and marked by a sign near the entrance(s). b) Adequate ventilation is provided c) Adequate emergency provisions are in place d) Appropriate air monitoring is performed to ensure oxygen is above 20%. e) Persons are provided with Confined Space training. f) All necessary equipment and support personnel required to enter a Confined Space is provided.

Tools, Equipment and Machinery The Contractor must ensure that all tools & equipment provided for use during the Work is:

a) suitable for its intended use; b) safe for use, maintained in a safe condition and where necessary inspected to ensure this remains

the case (any inspection must be carried out by a competent person and records shall be available); c) Used only by people who have received adequate information, instruction and training to use the

tool or equipment. d) Provided with Earth leakage circuit breaker (ELCBs) at all times when using electric power cords. Use

of electrical tape for temporary repairs is prohibited.

Working at Height

Any Work undertaken where there is a risk of fall and injury is considered to be working at height. For any Contractor Personnel working at height, Contractors shall provide fall prevention whenever possible and fall protection only when fall prevention is not practicable. Before commencing Work in a height the Contractor must obtain from Owner a Permit to Work, the Permit to Work will define the requirements to be followed. Supervisor must be present at all point of time, to ensure no deviation occur during the course of work.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 12 Signature and Seal of Tenderer

Fall Prevention System Fall prevention systems (e.g. fixed guardrails, scaffolds, elevated work platforms) must provide protection for areas with open sides, including exposed floor openings.

Fall Protection Systems Where fall protection systems are used then the Contractor must ensure the following is applied: (i) Only approved full body harness and two shock-absorbing lanyards are used, (ii) Prior establishment of a rescue plan for the immediate rescue of an employee in the event they experience a

fall while using the system, (iii) Anchorage points must be at waist level or higher; and capable of supporting at least the attached weight, (iv) Lifeline systems must be approved by Owner before use. (v) Use of ISI marked industrial helmet at all point of time.

Scaffolding All scaffolds shall subject to a documented inspection by a competent person and clearly marked prior to use. The footings or anchorage for scaffolds shall be sound, rigid and capable of carrying the maximum intended load without settling or displacement. All scaffolding materials should be of MS tubular type.

Guardrails and toe-boards shall be installed on all open sides and ends of scaffold platforms. Scaffolds shall be provided with an access ladder or equivalent safe access. Contractor Personnel shall not climb or work from scaffold handrails, mid-rails or brace members.

Stairways and Ladders Ladders should only be used for light duty, short-term work or access in line with the below and the Site Requirements.

i) Fabricated ladders are prohibited. ii) Ladders will be secured to keep them from shifting, slipping, being knocked or blown over. iii) Ladders will never be tied to facility services piping, conduits, or ventilation ducting. iv) Ladders will be lowered and securely stored at the end of each workday. (ii) Ladders shall be maintained free of oil, grease and other slipping hazards (iii) Ladders will be visually inspected by a competent person and approved for use before being put into

service. Each user shall inspect ladders visually before using. (iv) Ladders with structural defects shall be tagged "Do Not Use," immediately taken out of service, and

removed from the Site by the end of the day.

Lifting Operations Cranes and Hoisting Equipment Contractors shall operate and maintain cranes and hoisting equipment in accordance with manufacturer’s specifications and legal requirements. Only Contractor Personnel trained in the use of cranes and hoists are permitted to use them. Lifting Equipment and Accessories All lifting equipment / accessories e.g., slings, chains, webbing, chain blocks, winches, jacks etc shall be indicated with their safe working load have an identification number visible on the unit and be inspected and tested in accordance with legal requirements. Damaged equipment / accessories and equipment shall be tagged “out of use” and immediately removed from Site.

Lockout Tag out (“LOTO”) Prior to performing work on machines or equipment, the Contractor shall ensure that it is familiar with LOTO and Permit to Work procedures and that all of its affected Contractor Personnel receive the necessary training.

Barricades Floor openings, stairwells, platforms and walkways, and trenching where a person can fall any distance shall be adequately barricaded and where necessary, well lit. Where there is a risk of injury from a fall then rigid barriers must be used.

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 13 Signature and Seal of Tenderer

Barricades must also be used to prevent personnel entering an area where risk of injury is high e.g., during overhead work activity or electrical testing etc. Such barricading must provide clear visual warning..

Compressed Gas Cylinders Gas cylinder shall be securely stored and transported, and identified and used in line with the local requirements. Hose lines shall be inspected and tested for leaks in line with local requirements. Flash Back arrestor to be used to prevent any explosion due to back fire.

Electrical Safety Prior to undertaking any work on live electrical equipment the Contractor must obtain a Permit to Work from Owner. Where ever possible live work should be avoided. Any control measures highlighted shall be implemented prior to work commencing. The below measures will be taken:

a) Work practices must protect against direct or indirect body contact by means of tools or materials and be suitable for work conditions and the exposed voltage level.

b) Energized panels will be closed after normal working hours and whenever they are unattended. Temporary wiring will be de-energized when not in use.

c) Only qualified electrical Contractor Personnel may enter substations and/or transformer and only after being specifically authorized by Owner.

Hot Works

A Permit to Work must be obtained from Owner prior to any hot works (welding, grinding, open flame work). Suitable fire extinguishing equipment shall be immediately available. Objects to be welded, cut or heated shall be moved to a designated safe location, or, if they cannot be readily moved, all movable fire hazards in the vicinity shall be taken to a safe place. Personnel working around or below the hot works shall be protected from falling or flying objects.

Prior to the use of temporary propane or resistance heating devices approval must be obtained from Owner.

Trenching, Excavating, Drilling and Concreting A Permit to Work must be obtained from Owner and all underground lines, equipment and electrical cables shall be identified and located prior to beginning the work. The Contractor shall assign a competent Contractor Personnel to all trenching and excavation work. Safe means of access and egress shall be located in trench excavations. Daily inspections shall be conducted by a competent Contractor Personnel for evidence of a situation that could result in possible cave-ins, indications of failure of protective systems or other hazardous conditions. Physical barriers shall be placed around or over trenches and excavations. Flashing light barriers shall be provided at night.

Environmental Requirements Waste Management The Contractor is responsible to remove any waste generated by the work being done on the Site. The Contractor must dispose of the waste in line with the relevant local legislative requirements. The waste disposal route shall be documented and made available for Owner to review at any time and may be subject to Owner’s prior approval. Wastes (includes rinse from washing of equipment, PPE, tools, etc) are not to be poured into sinks, drains, toilets, or storm sewers, or onto the ground. Solid or liquid wastes that are hazardous or regulated in any way are not to be disposed of in general site waste receptacles.

Spills The Contractor is responsible for the provision of adequate spill kits/protection and the clean up and disposal costs arising from such spills.

Emissions The Contractor shall identify and quantify any emission sources associated with the Works. The control measures associated with these emission shall be subject to the approval of Owner’s Emissions include but are not limited to noise, dust, fumes, vapours.

23. PENALTIES IN CASE OF NON-COMPLIANCE OF SAFETY/HEALTH/ENVIRONMENT NORMS, RULES & REGULATIONS The contractor has to follow all norms, rules and regulations related to safety, health and environment, In case of non-compliance of any one of these norms, rules and regulations by contractor’s employee, the contractor shall be held

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 14 Signature and Seal of Tenderer

responsible. If any violation or non-fulfilment of these norms, rules and regulation is observed by the Company’s authority during checking at any time, a penalty of Rs 5000/- shall be imposed on the contractor for each occasion of non-compliance to these rules and regulations by him of his employees. The decision of the Company’s authority shall be final and binding on to the contractor in this regard. The amount of penalties so imposed shall be recovered from the next RA Bill of the work or any other dues payable to the contractor by the authority.

24. Statutory Details Of Bidder

Contact Person : TIN Number : CST Number : SERVICE TAX Registration Number : PAN Number : Telephone [ Mobile / Land Line / Fax ] : e-Mail ID : MSME / NSIC / SSI Registration if any :

I/We have studied the tender documents carefully and have quoted our lowest rates in accordance with the terms and conditions.

Company Seal Signature

Name

Designation

Company

Date

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 15 Signature and Seal of Tenderer

E. PRICE BID

SNo. Description of Item Estimated Qty. Amount Rs.

1. Design, Supply, Commissioning of CONTROL PANEL for MAIN LINE FINAL BAKING OVEN CONVEYOR SYSTEM as per Technical Specification under Clause “C” (A) of this tender.

ONE UNIT

2. Design, Supply, Commissioning of CONTROL PANEL for MAIN LINE INTERNAL PAINT BOOTH CONVEYOR SYSTEM as per Technical Specification under Clause “C” (B) of this tender.

ONE UNIT

Total Cumulative Basic Amount ( SNo.1 & 2) Rupee

Excise Duty %

VAT / CST %

Freight Lump Sum

3. Erection & Commissioning charges (for both SNo. 1 & 2 above) inclusive of Dismantle of existing unit, Supply, Installation, Testing, and Commissioning of new unit. Connect the earthing to the existing system of earthing.

Lump Sum

Service Tax %

*Grand Cumulative Nett Delivered Amount ( SNo.1,2 & 3 + Levy ) Rupee

1. The Cumulative Nett Delivered Cost*arrived above shall include Transit Insurance & Freight on F.O.R. delivered at Barrel Plant, Manali, Chennai-68 on “DOOR DELIVERY” basis.

2. The bidders have to specify in details with regard to WARRANTY / GURANTEE of their product being offered.

3. AWARD OF CONTRACT:

a. The Lowest [ L1 ] bid status would be arrived on the basis of * Grand Cumulative Nett Delivered Amount as shown above

b. 100% Contract will be awarded to the L1 bidder.

TIN NO. PAN (.Personal Account No.)

Contact Person Telephone Nos.

E-Mail ID Fax Nos.

We have quoted our price after studying carefully all the details mentioned in the Tender, Terms & Conditions and we confirm to have accepted the same.

Signature of the bidder with Seal & Date

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 16 Signature and Seal of Tenderer

F. PROFORMA for BG as SD.

(To be provided by successful bidder only) Proforma of the Bank Guarantee

(Security Deposit – 5% of order value) BALMER LAWRIE & CO. LTD. 5, J N HEREDIA MARG,BALLARD ESTATE, MUMBAI – 400 001.

Dear Sir,

That Messrs./Mr.________ (set out full name and a Bidder and constitution of the Contractor) (hereinafter referred to as “the Contractor”) filed their / his / its quotation against your Tender being Tender No. ----------------------------------- Dated -----

----------- (hereinafter referred as “the said Tender”) for the Supply of Electrical Control Panel for Main Line Baking Oven & Internal Paint Booth and in pursuance thereto an Order being No.___________ dated (hereinafter

referred to as “the Order”) was issued by you to the Contractor.

The conditions of the said Tender, inter alia, require that the Contractor shall pay a sum of Rs. (Rupees only) as full security deposit (hereinafter referred to as “the security deposit”) in the form therein mentioned. The form of payment of security deposit includes a guarantee to be executed by a Scheduled Indian Bank.

The said Messrs. / Mr. ______________ (set out full name of the Contractor) have / has approached us and at their / his / its request and in consideration of the premises. We _________________ (set out full name of the Bank) having our office, inter alia at ______________ (state the address of the Bank) has agreed to give such guarantee in the manner following:

1. We, ________________ ( set out full name of the Bank ), hereby undertake and agree with you if default is made by Messrs. / Mr. ____________ (set out full name of the Contractor ), in performing any of the terms and conditions of the Tender and / or Order or in payment of the security deposit or any other or in payment of money payable to you, We, ___________ (set out full name of the Bank ) shall merely on demand from you without demur or protest shall pay you the said amount Rs. 000.00 (only ) or such portion thereof not exceeding the said sum as you may demand from time to time.

2. We, _________ ( set out full name of the Bank ), further agree with you that you shall have the fullest liberty to without our consent and without affecting in any manner our obligations hereunder to adopt any mode for realization of your dues from the Contractor and/or to vary any of the Terms and Conditions of your Contract with the said Messrs. / Mr.__________ ( set out full name of the contractor ) or to extend time of performance by Contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by you against Contractor and to forbear or enforce any of the terms and conditions relating to the Contract and We, ________ (set out full name of the Bank ) shall not be relieved from our liability by reason of any such variation, or any indulgence to be given by you to the Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so releasing us.

3. Your right to recover the said sum of Rs. 000.00 (Rupees only ) from us in the manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes is / are pending before any Officer, tribunal, court or any other authority or authorities.

4. The guarantee herein contained shall not be determined or affect by liquidation or winding up, dissolution or change of constitution or insolvency of the said Messrs. / Mr._________ (set out the full name of the Contractors), but shall in al respect, and for all purposes be binding and operative until payment of all the money due to you in respect of such liabilities is paid.

5. Our liability under this guarantee is restricted to Rs. 00.00 (Rupees only )

6. Our guarantee shall remain in force and effect until _________ (set out the date of Expiry) and unless a claim or demand in writing is made against us under this guarantee before the expiry of six months from the aforesaid date i.e. __________________ (set out last date of Claim period), the said Guarantee all your rights under this guarantee shall be forfeited and We, __________ (set out full name of the Bank) shall be relieved and discharged from all liabilities there by.

7. We, __________________________ (set out full name of the Bank) undertake not to revoke this Guarantee during its currency except with your previous consent in writing.

8. We, ______________________ (set out full name of the Bank) have power to issue this Guarantee in your favor under our Memorandum and Articles of Association and the undersigned has full power to execute / sign this Guarantee under the Power of the Attorney dated the ______________ day of ___________ Two Thousand _________ granted by the Bank.

Yours faithfully, Dated:

SBU: Industrial Packaging Tender No. 0100LC0554 dated 28.12.2015

Page | 17 Signature and Seal of Tenderer

CONDITIONS FOR ONLINE BID SUBMISSION 1. Registration with e.Procurement platform:

For registration and online bid submission bidders may contact HELP DESK of M/s C1 India Pvt., Ltd.

Contact Nos. and email IDs for C1 India helpdesk officers

Mr.Ritabrata Chakraborty (at Kolkata) , [email protected], +91- 08697910411

Mr.Rajesh Kumar,[email protected] ,+91-96504 65143 Mr.Chandan Pedamkar,[email protected]

Mr.Tuhin Ghosh,Mob.08981165071, e.mail [email protected]

Or

Balmer Lawrie’s officials. Contact nos. and e.mail ID’s Mr.M.Saha, Mob.08697117942,Land Line No.022 66258215,e.mail:[email protected]

2. Pre-Requisites before Login to System (Software requirements.)

a. Minimum System Requirements:

Pentium III or Later Processor

Minimum of 128 MB of RAM

Minimum 1 USB port (If Certificate is in USB Token)

DSC Dongle driver should be installed before logging in

Reliable Internet Connectivity

Certificate with full chain

Certificate should not be expired it should be valid certificate b. Operating System:

Windows 2000 Professional

Windows XP c. Browser Version:

Internet Explorer Versions 6.0 SP2 and above d. Java Component:

Go to Control panel>Add/Remove Programs>

Check whether Java Runtime Environment is installed on your machine or not.

3. Procedure for Bid Submission: The bidder shall submit his response through bid submission to the tender one. Procurement platform at https://balmerlawrie.eproc.in by following the procedure given in the Catalogue.

4. Digital Certificate authentication: The bidder shall authenticate the bid with his Digital Certificate (Class II) for submitting the bid electronically on e .Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e.Procurement platform. All the bidders who do not have Digital Certificates need to obtain Digital Certificate. They may contact Help Desk of C1 India Pvt. Ltd.

5. Bid Submission Acknowledgement: The user should complete all the processes and steps required for bid submission. The successful bid submission can be ascertained once acknowledgement is given by the system through bid submission number after completing all the processes and steps. Tender Inviting Authority and C1 India Pvt. Ltd. will not be responsible for incomplete bid submission by users. Users may also note that the incomplete bids will not be saved by the system and are not available for the Tender Inviting Authority for processing.

6. Submission of Hard copies: After submission of bid online, the bidders are requested to submit the demand drafts / Bank Guarantee towards tender fees and / EMD along with other documents as required, to the Tender Inviting Authority before the due date at our Ballard Estate Office. The bidder shall furnish the Demand Draft and other documents either in person or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of bidder. BL shall not take any responsibility for any delay or non-receipt of said documents. If any of the documents furnished by the bidder is found to be false / fabricated, the bidder is liable for black listing, forfeiture of the EMD, cancellation of work and criminal prosecution.

Disclaimer Clause: The Company (Balmer Lawrie & Co. Ltd.) nor the service provider (C1 India Pvt. Ltd.) is responsible for any failure of submission of bids due to failure of internet or other connectivity problems or reasons thereof.