Sie sind auf Seite 1von 50

Balmer Lawrie & Co Ltd.

5, J. N. Heredia Marg, Ballard Estate,


Mumbai- 400001, India

NOTICE INVITING TENDER

Tender No. BL/MUM/201920/16 dated 11th September 2019

Due date of Tender: 23rd September 2019 at 11.00 am


Opening of Price Bid: 23rd September 2019 at 11.30 am

Online Single bid e-Tender is invited from registered vendors for providing Annual
Maintenance Contract of “Electrical Services” to Office Establishments, Guest Houses,
Company flats and Nerul Housing Complex.

Through Balmer Lawrie e- procurement Portal https://balmerlawrie.eproc.in

The tender document can be downloaded from www.balmerlawrie.com


The bidder should be registered in Balmer Lawrie Web Portal through C1 India for online
e. bidding

Balmer Lawrie & Co. Ltd. C1 India Pvt. Ltd.


Regional HR Department 603, Coral Classic, 20th Road,
5, J .N. Heredia Marg, Near Ambedkar Park, Chembur
Ballard Estate Mumbai- 400 071
Mumbai – 400 001
Contact Person: Contact Person
1. Ms. B. D’Silva 1.Ms.Ujwala Shimpi (Mumbai)- Tel No 02266865608
Tele : 022 66361224 Email – ujwala.shimpi@c1india.com
Email : dsilva.b 2. Mr. Tirtha Das, Mob 09163254290 Email -
@balmerlawrie.com tirtha.das@c1india.com
3. Mr. Partha Ghosh, Mob.08811093299
2. Shri Tushar Mankar
Email – partha.ghosh@c1india.com
Cell No. 98925 50815
4. Mr. C H.ManiSankar(Chennai), Mob: +91-8939284159
Email– chikkavarapu.manisankar@c1india.com
Help Desk Support (Kolkata)-+91-8017272644
Escalation Level
Mr. Tuhin Ghosh, Mob.08981165071 Email –
tuhin.ghosh@c1india.com

Page 1 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

1. Introduction
Balmer Lawrie & Co. Ltd is a Mini-Ratna-I Public Sector Enterprise under the
Ministry of Petroleum & Natural Gas, Government of India, with its Corporate Office
at 21, Netaji Subhas Road, Kolkata – 700 001 having its 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 (Navi Mumbai).
Our Plants are ISO Certified and conforms to Safety, Health and environment norms.

A. Instructions for bidders

1. Online Single bids e-tender are invited from registered vendors for providing Annual
Maintenance Contract of Electrical Services at Office establishments, Guest
Houses, Company flats and Housing Complex, as per detailed Scope of Work
contained in Annexure II of this tender.

2. The tender is invited in Single-Bid System. The tender document consists of Price
Bid.

3. All documents required in the tender can be scanned and submitted online through
appropriate forms as attached in the tender.

4. The bidders are requested to bid online within the tender announcement date and
tender closing date and time as mentioned in the tender document

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

BL would be the Purchaser / Owner for the tendered item.


The successful bidder will be the Supplier.
This document is the Tender.
The Acceptance of the Order by the successful bidder will form the contract.

5. Bid Security / Earnest Money Deposit (EMD) / Security Deposit– As per Clause No.
2 & 8 of the General Terms & Conditions of this Tender document.

Micro and Small Enterprises (MSE’s) with valid “Udyog Aadhar Memorandum” (UAM)
number are exempted from payment of Earnest Money Deposit and are eligible for any
other benefit applicable to MSE’s mentioned in this tender document.

Page 2 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Above benefit/s shall be extended only to MSE’s whose UAM number is registered with
Central Public Procurement Portal (CPPP) and such MSE are required to submit a
declaration for the same as per Annexure XII.

Failure to submit above mentioned declaration by the bidder claiming above benefits will
be treated as a non-MSE’s bidder and such bid shall be processed accordingly.

Response from registered Vendors alone will be accepted and that other interested
Vendors may seek to register with the unit and subject to such registration being
confirmed, they would be considered for subsequent Tenders.

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 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.

Bidders to note the Bid Rejection Criteria as detailed in Clause no. 6.3

The Tender document consists of:

SN Contents Annexure
1 Eligibility Criteria I
2 Scope of Service II
3 General Terms and Conditions III
4 GST Compliances IV
5 Details of Vendor V
6 Price Bid VI
7 Format of Bank Guarantee VII
8 Format of Indemnity Bond to be given by the Successful bidder as VIII
a part of accepting the Contract
9 Format of Certificate of Successful bidder on completion IX
10 Format of Indemnity Bond on completion of contract X
11 Certificate of Contractor’s Compliance XI
11 CPPP Declaration XII
12 Conditions for Online Bid Submission XIII
13 Code of Conduct for BL Suppliers XIV
14 Location Details of Office Establishment / Guest House / XV
Company flats / Housing Complex
15 List of Consumable Items – Unit Rate XVI

6.0 The bidder is expected to examine the Tender documents, including all instructions,
forms, General Terms & Conditions, and other documents and to fully familiarize
itself with the requirements of the bidding documents. Failure to furnish all the

Page 3 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

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.
6.1 Late Bids
No bidding is admissible in the E-Proc platform after the bid closing date.
6.2 Bid Validity
The offer shall remain valid for a period of three months from the date of opening of
the Price Bid.
6.3 Bid Rejection Criteria

A bid may be rejected if

i. The bidders fails to send the Earnest Money Deposit (EMD) amount within
the bid due date.
ii. The bidder does not submit the supporting documents specified.
iii. The deviations from the terms mentioned in the document affects in any
way the scope, quality and performance of the work
iv. Conflict of interest between the bidder and the Company is detected at any
stage.
v. Offers received from bidders who are not registered under GST will not be
considered for any evaluation against this tender.
vi. Bidders to mandatorily provide the Provisional GST number as per
Annexure V and also provide proof of registration.
vii. Contractors, Vendors or their owners/proprietors who are having
unresolved issues, disputes, complaints, legal or court cases against the
company and bidders with whom Balmer Lawrie have / had any dispute, are
debarred for 5 years from the date of settlement of dispute to participate /
bid in this tender.

6.4 Clarifications
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)

Page 4 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE-I

Eligibility Criteria

1) Registered Vendor with the company

2) The Vendor should possess Electrical Contractor’s License and should submit
copy of registered Certificate / license PWD, Government of Maharashtra

3) Electrical Supervisor License

4) ESI – Vendor should have own ESI Code and submit proof of ESI remittance for
his employees as supporting documents, to be eligible for consideration.

5) Minimum 2 (two) Performance Certificates from two existing clients

6) Submission of EMD

7) The bidder should have successfully executed Electrical AMC work of not less than
any of the following values during the last three (3) years ending on 31/03/2018.

(i) 3 jobs each of not less than Rs.4.00 Lakhs OR


(ii) 2 jobs each of not less than Rs.7.00 Lakhs OR
(iii) 1 job of value not less than Rs.10.00 lakhs

Should have average turnover of Rs.10.00 lakhs during the last 3 years ending
March 2018 (Proof to be attached).

8) The bidder should not have been blacklisted by any PSU / Government
Department (self-certification). This is subject to verification by Balmer Lawrie and
if found to be false, the bidder may be debarred from participating in the tender or
order if already placed, will be cancelled.

NOTE

The successful bidder should ensure that the personnel deputed by him for carrying out
electrical maintenance at different locations as mentioned in the scope of service should
be minimum SSC passed and should possess requisite electrical license.

Page 5 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE-II

Scope of Service

The broad responsibility areas of the Contractor at Office Establishment, Guest Houses,
Company Flats and Housing Complex, Guest Houses will be as under:

1. Providing electrical maintenance services as per schedule detailed below in Point


No. 6 & as and when required.

2. Taking round in the office establishments to see if the bulbs, tube lights, switches,
distribution boards, fans electrical wires, PVC pipes, etc. are working and to replace
fused / worn out tubes, starters, bulbs, etc wherever and if necessary and Routine
servicing.

3. Attending to power failures round the clock

4. To liaise with BEST, MSEB authorities in case of breakdowns, fluctuations of


electricity, etc.

5. Maintenance and servicing of Pumps

6. Visits as under:

(a) Office Establishment at Ballard Estate – From 9.00 am to 6.00 pm from Mondays
to Saturdays.
(b) Office Establishment at Andheri – Once a Week
(c) Nerul Housing Complex – Daily Visits from Mondays to Sundays
(d) Guest Houses – Once a Week
(e) Company Owned Flats - Once a month

7. Maintaining stock of electrical consumables and replacements of the same as and


when required. The consumables should bear ISI mark of reputed brands like
Standard, Philips, etc.

8. The Contractor shall appoint and depute staff having a good bearing and maintains
high standard of turnout in terms of service and performance. The staff should be
experienced and should be able to meet all kinds of requirements.

9. List of all possible electrical consumables that would be required for annual electrical
maintenance at Office establishments, Guest Houses, and Company flats to be
submitted (Hard copy) as per details given in Annexure XVI.

10. There will be minor carpentry / plumbing work to be undertaken with electrical
jobs as and when required which will be paid separately on submission of bill
/ invoice.

Page 6 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE-III

GENERAL TERMS & CONDITIONS

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

2. Earnest Money Deposit


Interest Free Earnest Money Deposit of Rs.5,000/- (Rupees Five Thousand only)
in favour of Balmer Lawrie & Co. Ltd. by way of Demand Draft / Pay Order payable
at Mumbai to be made from a Scheduled Indian Bank and to be deposited within the
due date of 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.

Offers received without EMD will be rejected at the tender opening stage itself.

EMD of the successful tenderer shall be converted into Non-interest-bearing


Security Deposit and shall be refunded on completion of the contract period. In case
of any defect in materials/treatment/workmanship detected during contract period,
the same shall be rectified / repaired immediately on intimation about the same.
Non-conformance during this period may entail forfeiture of the security deposit.

Copies of the instruments (DD/PO) evidencing payment of EMD should be scanned


& uploaded before bidding. The physical original instruments/drafts should be
deposited in the Tender Box (Ground Floor) prior to due date and time. In case the
Bidders intend to submit any additional supporting documents, the same can be
submitted in physical form at our above address. Documents of only those bidders
shall be entertained who are bidding on-line.

UNDER NO CIRCUMSTANCES PRICE BID SHALL BE SUBMITTED IN


PHYSICAL FORM.

EMD will be refunded by cheque to unsuccessful bidders after finalization of tender.


Linking with earlier transactions / adjustments with pending bills of any other amount
payable by the Company is not allowed.

EMD is liable to forfeiture if:


(a) Withdrawal of offer during validity period of the offer.
(b) Non acceptance of Order within the stipulated time.
(c) Any unilateral revision made by the bidder during the validity period of offer.
(d) Non execution of the documents after acceptance of the contract due to any
dispute of the bidder or any reason whatsoever.
(e) Non submission of Security Deposit

Page 7 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

3. The successful bidder shall acknowledge the receipt of purchase order within 10
days following the mailing of this order in writing or through email and shall there by
confirm his acceptance of purchase order in entirety without exceptions.

4. Submission of tender will mean that the bidder have fully understood and accepted
the terms and conditions of tender. Any subsequent revision on the same will not be
considered and may lead to rejection of tender.

5. Tender Opening
Price Bid will be opened online as per the time and dates mentioned.

6. Security Deposit
Security Deposit of Rs.25,000/- (Rupees Twenty-Five Thousand only) to be
deposited within 15 days of receipt of Purchase Order in the form of Pay Order /
Demand Draft in favour of Balmer Lawrie & Co. Ltd. payable at Mumbai or Bank
Guarantee valid for 18 months in BL’s format as per Annexure VII.

The Security Deposit will not bear any interest.


The Security Deposit can be adjusted to the extent of EMD amount for the successful
bidder.
The Security Deposit will be refunded only after successful completion of the
contract without any legal / statutory liability.

Security Deposit is liable for forfeiture if –

a) Withdrawal of offer during validity period


b) Unsatisfactory services i.e failed to fulfil the results as per the requirement
of the Company during the validity of the contract.
c) The Contractor damages or loses records /documents of the Company
and/or fails in statutory compliances.
d) The Contractor reveals the information/documents of the Company to any
unauthorized persons/organization without having written consent from the
authorized person of the Company.
e) The Contractor fails to comply with the norms of the competent
authorities/apex body within the validity of the contract.
f) The license of the Contractor is withdrawn / cancelled by any statutory /
legal authorities during the validity of the contract.
g) Successful Contractor violates the tender condition.
h) Failure to comply statutory dues within due dates as per the statute and/or
non-submission of statutory dues to the respective statutory authorities.
Security Deposit will be refunded only after verification of complete compliance of
all statutory dues and successful completion of the tender conditions without any
legal / statutory liability. In case of any default in statutory levies, the penalty interest
amount if any claimed by the statutory authorities will be adjusted against the
Security Deposit. In case of any damages caused to the building, plant and
machineries, the Security Deposit will be adjusted towards the cost of repair of such
damages. The Security Deposit will be refunded after adjustment, if any, on account

Page 8 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

as mentioned above after validity of the Bank Guarantee period i.e. six months after
the completion of the contract period.
7. In case of unsatisfactory performance of the successful tenderer, failure to adhere
to prescribed norms or behavior by the workmen of the contractor, the company
reserves its right to cancel the contract or to deduct such amounts as the company
may deem reasonable due to the loss of goodwill, business, etc. from the security
deposit deposited by the successful bidder or the contract would be forthwith
terminated

8. Validity of Quotation: The quotation should be valid for the Company's acceptance
for a period of 90 days from the date of opening of the bid

9. Submission of Online Bids


The Price Bid should not contain any information other than the price. The Price Bid
should be filled as per the online Price Bid format provided.

10. Acceptance of offers


10.1 Balmer Lawrie reserves the right to accept any tender in whole or in part or reject
any tender or all tenders or place order for any quantity, less than or more than the
tendered quantity, without assigning any reason thereof.
10.2 Bids of any tenderer may be rejected if a conflict of interest is detected between the
bidders and Balmer Lawrie at any stage.
10.3 Balmer Lawrie reserves its right to allow Public Enterprises (Central / State) price /
purchase / contract / service preference as admissible under the existing
Government policy. The decision of Balmer Lawrie in this connection will be final.
10.4 Incomplete tenders, conditional tenders, tenders received late or tender not
conforming to the terms and conditions mentioned in the Tender documents or not
accompanied by the requisite Earnest Money Deposit (unless exempted under the
terms of this Tender) will be rejected.
10.5 In the event of L1 being more than one bidder, the period of this tender may be
equally divided among the L1 bidders or negotiate with all the L1 bidders at the
discretion of BL to arrive at single L1 bidder.

11. Negotiations
11.1 Balmer Lawrie reserves the right to negotiate with only L1 Tenderer. The Tenderer
will have to attend the concerned office of Balmer Lawrie for
negotiations/clarifications required from them, in respect of their quotations, without
any commitment on the part of Balmer Lawrie.

11.2 In case of negotiation, the Tenderer should send the confirmation of outcome of such
negotiation in writing so as to reach the concerned office of Balmer Lawrie within 3
days from the date of negotiation/ the time stipulated. If the Tenderer fails to comply
with this requirement Balmer Lawrie reserves its right to ignore their quotation at its
discretion with the attendant remedies available to them.

Page 9 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

12. Price Variation


The price should be firm during the contract period and not subject to any change
whatsoever even due to increase in cost of materials, components and labour cost
till the validity of the contract period.

13. Notification of Award


Prior to the expiration of the period of Bid validity, BL will place purchase order or
letter of Intent on the successful bidder(s).

14. Period of Contract – The contract will be for a period of one year effective
01.10.2019 to 30.09.2020. Based on performance, the contract may be mutually
extended for further period of one year on same terms and conditions after expiry
of initial Agreement.
15. Sub-Contracting: The successful bidder shall not be allowed to sub contract either
wholly or any part of the order without Company's prior written consent in writing. In
the event of contractor contravening the conditions, Balmer Lawrie shall be entitled
to get the work done from any other firm at the ‘Risk & Cost’ of the contract.

In case of unsatisfactory performance of the successful tenderer, failure to adhere


to prescribed norms or behavior by the staff of the contractor, the company reserves
its right to cancel the contract or to deduct such amounts as the company may deem
reasonable due to the loss of goodwill, business, etc. from the security deposit
deposited by the successful bidder or the contract would be forthwith terminated

16. 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 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.

17. Safety
The bidders are strictly advised to follow the various safety aspects as per HSE
norms pertaining to the work. Under no circumstances Balmer Lawrie would be
liable for any kind of deviation in following the safety instructions by the bidder.

18. Relaxation of Tender Terms & Conditions


BL reserves the right to relax any of the tender conditions, if necessary, while
finalizing the tender at its discretion.

Page 10 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

19. Delay in providing services


The bidder shall try to complete the job as mentioned in the scope of work within the
stipulated time. Delays in completion will attract risk purchase clause as mentioned
in Clause No. 28.
20. Price
Unless otherwise agreed to in terms of the purchase order, the price shall be
Firm and not subject to escalation for any reason whatsoever till execution of entire
order.

21. Tender Evaluation: The tender would be finalized on the basis of Lowest Nett
Delivered Price (NDP)

22. Payment Terms


22.1 On monthly basis within 7 days of submission of invoice upon completion of work
duly certified by the concerned Officer-in-Charge.
22.2 All on account payments shall be subjected to deduction there from of all dues to the
Owner, advance, retention money and other money deductible within the provisions
of this contract and as per Section 194-C of Income Tax Act, or any other Law, Rule
or Regulation for the time being in force along with the recovery towards the
adjustment of secured advance if any.

23. 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:

Page 11 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

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.

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.
 Fabricated ladders are prohibited.
 Ladders will be secured to keep them from shifting, slipping, being knocked or blown
over.
 Ladders will never be tied to facility services piping, conduits, or ventilation ducting.
 Ladders will be lowered and securely stored at the end of each workday.
 Ladders shall be maintained free of oil, grease and other slipping hazards
 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.
 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.

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.

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

Page 12 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

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.

24. Sub-letting of Work


No part of the contract or any share or interest therein shall in any manner or degree
be transferred, assigned or sublet by the contractor directly or indirectly to any
person, firm or corporation without the consent in writing from Balmer Lawrie. In the
event of contractor contravening the conditions, Balmer Lawrie shall be entitled to
get the work done from any other firm at the ‘Risk & Cost’ of the contract.

25. Extra Items of Work: During the course of execution of the work, if the contractor
comes across items of work which are not covered under the Schedule rate or not
included therein, Contactor shall submit a quotation along with the rate analysis for
such accepted extra items before he commences work or purchases the materials
in connection with such items.

26. Liquidated Damage


If the contractor is unable to complete the jobs specified in the scope of work within
the period specified, it may request owner for extension of time with unconditionally
agreeing for payment of LD. Upon receipt of such a request, owner may at its
discretion extend the period of completion and shall recover from the contractor, as
an ascertained and agreed Liquidated Damages, a sum of 0.5% of contract value
for each week of delay or part there of subject to a maximum of 10% of contract
value.

27. Addition/alteration of Tender Document


The Company reserves the right to add/alter terms and conditions of tender
documents including cancellation of the tender at any time without assigning any
reason whatsoever. The Company also reserves the right to accept/reject a tender
without assigning any reasons.

28. Risk Purchase


In case services are not effected as per given schedule, we reserve the right to
cancel the order placed on you and get the job done from any other source and the
deduction on account of penalty as well as excess mount to be incurred by us would
be recovered from the party’s due payments or security amount held with us.

29. Indemnity
The Contractor will be required to indemnify and keep indemnified the Company
against all losses and claims for injury and damage to any person or any property
whatsoever which may arise out of or in consequence of the work and against all
claims, demands, proceedings, damages, cost charges and expenses whatsoever
that may arise against the company during the contract period. An Indemnity Bond
(Annexure VIII) is to be executed by the successful L1 bidder within 5 days of the

Page 13 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

receipt of PO. The company may forward the bidder any such claim demand or
complaint made by any other person against the company. In such event, the
contractor shall solely be liable for the disposal of the said complaint.

30. PF / Other Statutory obligations


The Contractor would be required to ensure adherence to all statutory obligations
related to their employees who would be working inside Balmer Lawrie premises.
On award of the contract, the bidder shall ensure compliance with all relevant
statutory provisions under the relevant labour laws as applicable which are as given
below:

The Contract Labour (Regulation & Abolition) Act 1970 & Rules
The Employees Provident Funds and Miscellaneous Provisions Act 1952 & Rules
The Employees State Insurance Act 1948 & rules
The Minimum Wages Act 1948 & rules
The Employees Compensation Act 1923 & Rules (if applicable)
The Bombay Shops & Establishment Act 1948 & Rules

Any other applicable labour enactment and as amended from time to time in respect
of the personnel deployed by bidder at the Company’s premises.

ESI - Vendor must issue ESI Card to his personnel deputed under this contract and
share copy thereof with the Company. He must regularly enclose copy of challan /
remittance document showing remittance in favour of his employees deployed under
this contract along with bill for subsequent month. Endor would be liable for
extending all statutory benefits under ESI Act, to his employees deployed under this
contract. He would also be liable for fulfilling all statutory requirement under the ESI
Act including to meet eventualities, if any. Having paid the consideration towards the
contract Balmer Lawrie would not have any liability whatsoever in this regard.

To ensure compliance of all rules related to Electrical Maintenance as promulgated


by BMC & other Statutory Authority.

The personnel deployed in the Company’s premises by the Contractor should be 18


years & above of age and below 58 years and shall be fully qualified in all respects
to carry out the activities for which he has been deployed.

The contractor shall issue its I-Card and equip the personnel deployed by him in the
Company’s premises with all the necessary implements, dress and safety
equipment.

It may be noted that the bill submitted by successful bidder for services rendered
shall be processed only on submission of satisfactory proof of remittances Challans
in respect of statutory payments such as ESI, PF, etc. for the personnel deployed
by him in the Company’s premises along with the ESI/PF numbers allotted to them.
Cost if any, incurred by the Company in ensuring statutory compliance with the
existing labour enactment and as amended from time to time shall be fully charged
to the contractor.

Page 14 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

31. Insurance
Contractor shall at his own expense carry out and maintain insurance with reputable
companies to the satisfaction of Balmer Lawrie & Co Ltd for coverage of Staff’s
compensation and employees’ liability insurance as applicable.

32. Penalty Due to Non-performance


In case of successful bidder failing to honor the terms and conditions of contract,
the company shall be at complete liberty to make alternate arrangements at the
bidder’s “Risks and Cost” and any additional cost incurred by the company in this
regard shall be fully recovered from the successful bidders.

In case of damage to employee and property by the contractor’s personnel the


contractor will be responsible to make good the losses as assessed by the Officer
in Charge or any other competent authority within stipulated time failing which the
company or its authorized agency will be free to make good the losses at
contractor’s ‘Risk and Cost’ and charges on account of such losses will be fully
recovered from Contractor’s bills.

33. Addition/alteration of Tender Document


The Company reserves the right to add/alter terms and conditions of tender
documents including cancellation of the tender at any time without assigning any
reason whatsoever. The Company also reserves the right to accept/reject a tender
without assigning any reasons.

34. Arbitration
Any dispute or difference arising under this Contract shall be referred under
jurisdiction of Kolkata to a sole arbitrator to be appointed by the Chairman &
Managing Director, Balmer Lawrie & Co. Ltd. and the provisions of Arbitration 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 thereof and is
final and binding on the parties. The proceedings shall be conducted in English
language and courts at Kolkata will have exclusive jurisdiction to settle any dispute
arising out of this contract.

35. 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 non-performance 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 Regional Administrative Head, 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

Page 15 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

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

NOTE: Wherever any dispute regarding the job arises, the decision of BL would be
final and binding on the bidder.

I / We accept all your terms and conditions as stated above.

Company Seal Signature

Name

Designation

Company

Date

Page 16 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE - IV

GST Compliances

[1] Vendor to comply with all requirements under GST and provide their GST
Registration details as per Annexure-V attached

[2] Vendor to issue a valid invoice with correct and complete disclosures as required
under GST invoice rules and payments shall be processed only post receipt of
correct invoice from the vendor

[3] Vendor has to provide clear indication of place of supply [Invoicing location] related
to place of supplies [BL location].

[4] Vendors are required to raise invoice as per the GST tax structure.

[5] Vendors to ensure that all invoices submitted are compliant with GST Laws. Any
discrepancies in the Invoice which results in tax credit loss to Balmer Lawrie will
be recovered from vendors.

[6] In case of advance payment against goods/services, vendor to ensure payment of


tax as per GST Laws.

[7] Balmer Lawrie will keep a watch on compliance rating of their vendors as per the
GST portal. If at any time such rating falls below prescribed criteria, Balmer Lawrie
will have right to terminate the services without any prior notice to vendor. Vendor
should arrange to deposit GST charged on due date and upload the same on GST
portal to ensure availability of credit to BL.

Company Seal Signature


Name
Designation
Company
Date

Page 17 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE – V
ADDITIONAL DETAILS OF VENDOR

1 Name of the Vendor


2 Address
3 Postal Code
4 State
5 Country
6 Telephone No./Fax No.
7 Mobile No.
8 Email ID
11 Contact Person
12 Bank Name
13 Street
14 City
15 Branch Name
16 IFSC Code
17 MICR Code
18 Account Number
19 Pan Number
20 Minority Indicator
21 GSTIN Registration Number
22 HSN /SAC Code for Supply/Service
GST rate (in %) applicable for
23 Supply/Service to be provided.
24 Composition Scheme Applicable Yes / No
Proof of GSTIN Registration No. per
25 state [From GSTN website]

Vendor's GSP name [GST Suvidha


26 Provider's]
27 Exemption No.
28 Exemption Percentage
29 Exemption Reason
30 Exempt From
31 Exempt To

Page 18 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE- VI

PRICE BID

SN Description Charges Per Month

1 Lump Sum Charges Rs.

2 GST _______% Rs.

Total Rs.

I / We have studied the Tender Documents carefully and have quoted our lowest rates, in
accordance with the General Terms & Conditions as laid down in the Tender
Documents.

Company Seal Signature

Name

Designation

Company

Date

Page 19 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE- VII
(To be provided by successful bidder only)

Proforma of the Bank Guarantee (Security Deposit)

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 providing “Caretaking &
Housekeeping Services for transit flats” at Mumbai / Navi Mumbai 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. _____.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

Page 20 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

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. ______.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:

Page 21 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE- VIII

Indemnity Bond to be given by the successful bidder at the time of


awarding of contract. This should be made part of tender document.

INDEMNITY BOND
(To be submitted by Successful bidder)
(To be executed and notarized on Non-Judicial Stamp Paper of Rs.100/-)

This DEED OF INDEMITY is made on the ____ day of _________ between M/s.
_____________________________________________-
_________________________
(Hereinafter called ‘The Sub Successful bidder’ of the per part) and the Balmer Lawrie
& Co. Ltd. (hereinafter called ‘Balmer Lawrie’ of the other part).

That the Balmer Lawrie has awarded work of ________________________________


vide work order No. ____________________ Dated ___________ and the successful
bidder has signed the terms and conditions including the GENERAL CONDITIONS of
the agreement agreed between successful bidder and the Balmer Lawrie on dated
____________ This document is part and partial of the above referred agreement.

As per the terms and conditions relating to the compliance of various LABOUR LAWS
for the contracting period in the above referred work order. The SUCCESSFUL
BIDDER has agreed to comply with the provisions of all the LABOUR LAWS applicable
from time to time and/or his sub-successful bidders including his workers or any other
nature of workers engaged with or without the consent of the Balmer Lawrie.

The Per Party i.e. the SUCCESSFUL BIDDER moved by the sentiments of justice and
humanity as well as by the desire to secure the permanent peace and tranquility in
and amongst the labour community, AGREE and UNDERTAKE the following :-

1. I hereby expressly undertake to bound by all the provisions of the Contract


Labour ( Regulation and abolition) Act, 1970 and the Contract Labour
(Regulation and abolition) (Gujarat) Rules,1972, as the case may be, framed
there under, Interstate Migrant Workers Act, Minimum Wages Act, Payment of
Wages Act, Workmen Compensation Act, Industrial Disputes Act, Provident
Fund and Misc. Act, BOCW Act, Workmen Compensation Act and Scheme /
Rules framed there under and all other Labour Laws applicable from time to
time to me and and/or all sub-successful bidders engaged by me to carry out
the awarded work on ‘Balmer Lawrie’ site. I also hereby agree and undertake
to maintain different registers, forms and other necessary records required to
be maintained under the provisions of various applicable labnour laws and its
rules applicable from time to time.

2. I also undertake and agree to furnish the details as and when required any
documents, registers, forms or any other information under any labour laws

Page 22 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

which are applicable to the organization and the successful bidder or sub
successful bidder from time to time.

3. I Further Undertake to Comply with The Stipulations relating to various Labour


Laws as per the General Conditions of the Contract agreement under heading
Labour Laws as is applicable currently or amended from time to time in terms
with the mandatory requirements imposed by the statutory bodies functioning
under the relevant LABOUR LEGISLATION.

4. I further undertake to furnish the details as and when required in the prescribed
format as decided by the Balmer Lawrie in case of any accidents which may
result into man-days/man-hour loss including fatal accidents.

5. I have read and understood the Guidelines Relating to Labour Laws


Compliance issued by the Balmer Lawrie and I hereby expressly agree and
undertake to comply with the requirements under aforesaid guidelines up to the
completion of the contract.

6. I further undertake including my sub-successful bidder to indemnity the Balmer


Lawrie from all the litigations/ disputes/ claims accrued out of this from the
commencement to the completion of the successful bidder. I also undertake
abide by all the status/rules/regulations of any statutory body.

7. In case I or my sub successful bidder fail to provide any amenity / benefits


required to be provided under any labour laws applicable to the company or the
successful bidder from time to time, I accept any kind of financial liability like
fine, penalty, imposition of damages for non-compliance of the provisions of the
acts and if I fail to do so, the company, being a principal employer shall be at
liberty to deduct the amount from the bill amount.

8. I further declare that as per the articles of the Associations of our Company /
Partnership Deed/ Proprietary Documents, I am authorized to furnish this
undertaking and the Successful bidder shall be bound by the stipulations herein
contained and so will be the Sub-successful bidder(s).

9. This Indemnity Bond / Agreement is Subject to Mumbai Jurisdiction only.


Place:
Date: / /

Witness:

_____________________
Accepted by:

_____________________
(For, Principal Employer)

Page 23 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE- IX

Certificate to be given by the outgoing successful bidder before his last


month bill & final settlement is released by BL.

[To be submitted on Company letter head with date and stamp]

CERTIFICATE OF SUCCESSFUL BIDDER COMPLIANCE

I, ---------------------- the undersigned, resident of ___________, authorized


representative of --------------------------(Successful bidder) appointed by Balmer Lawrie
& Co. Ltd. having its Main Office at _____________________ for providing
________________ services to the company at their Factory/Unit /Project site
__________located at ___________ vide contract/ agreement -------------dated --/ --/-
--- , do hereby confirm that to the best of my /our knowledge and information gathered
from records , as on date of this certificate , there is no default / contravention
committed by the successful bidder during the discharge of contractual obligations
and relating to the services by the successful bidder under any of the Act/ statutes/
enactments or rule regulation , guidelines, order or notifications including but not
limited to laws relating to fire ,environment , health and safety etc. , as may be
applicable from time to time ,non–compliance of which may entail civil and criminal
liabilities against the company /factory/unit/Project during the tenure of the said
contract/agreement .
I further undertake and confirm that ------------------(successful bidder) on whose behalf
I am acting as authorised representative ,shall be solely held accountable/ responsible
for any of the violation of aforesaid statutes /enactments ,rules, regulations etc. during
the currency of the said contract/agreement.

Signature :
Name :
Date :
For the month :

Page 24 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE – X

Indemnity Bond to be given by the outgoing successful bidder before


his last month bill & final settlement is released by BL

(To be submitted by Successful bidder)


(To be executed and notarized on Non-Judicial Stamp Paper of Rs.100/-)

INDEMNITY BOND
I, …………………………….., Designation ………………… of M/s. ……………………..
Address - ……………………………………………... Hereby declare and certify that we
have employed workmen in connection with the Executing of the contract job awarded
to us vide work order No. ……………………. dated ……………… for Work
of ………………………………………………….
At. ……………………………………………………… And all the successful bidders
labours have been fully paid their dues of wages, allowances, compensation and any
other amount due to them under Minimum Wages Act, Payment of Wages act,
Workmen’s Compensation Act, Payment of Bonus Act or any other relevant acts and
rules made their under of the Central or State Govt. of the time being in force and / or
under any bipartite / tripartite agreement or any award of any Labour Court or Tribunal
or Arbitration, as the case may be and further declares that no dispute as to the wages,
compensation, bonus or any allowance is pending in respect of any workman
employed by us. The work awarded was commenced on ____________ and/or
completed on ____________ or likely to be completed by _____________. We further
declare that we have fulfilled and discharged all the obligations under Contract Labour
(Regulation and Abolition) Act, the Inter-state Migrant Workman (Regulation of
Employment and Conditions of Service Act), Employees Provident Fund and Misc.
Provisions Act and other relevant acts and rules of the Central and the State Govt. for
the time being in force.

Page 25 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

1. We have deposited the Provident Fund contribution in respect of all the


employees under the Employees Provident Fund and Misc. Provision Act
1962, the P.F. contribution administrative and other charges have been
deposited in P.F. code No. ……………………….
2. We have deposited the contribution in respect of all the employees cover
under the Employees State Insurance Act, 1948 in ESI Code
No. …………………….. OR workmen compensation act Policy
No. ……………… Date …………………..
Further, we undertake to indemnify Balmer Lawrie & Co. Ltd. in respect of any loss,
claim, damage, compensation or expenses that may become payable in future on
Balmer Lawrie & Co. Ltd. or incurred on account on non-payment of any dues or claim
of any workman employed by us directly or through sub-petty successful bidders for
non-fulfilment of any by laws of the Central or State Govt. or Local Authority or any
other statutory body as the case may be.
Place : ……………….
Date : ……………….
WITNESS
1. Signature __________________ Signature of Authorised Representative
of
M/s. …………………………………..
Name _____________________ Name : …………………………………..
Designation: ……………………………

2. Signature __________________

Name _____________________

Page 26 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE – XI

AFFIDAVIT OF BIDDER’S STATUTORY COMPLIANCE


(To be executed and notarized on Non-Judicial Stamp Paper of Rs.500/-
(Maharashtra)

I/We, ---------------------- the undersigned, resident of _______________, Proprietor/


Owner/ Director of -------------------------- (Bidder) having its Registered Office at
_________________________ and PAN No: _______, submitted our bid for Tender
No _______________ dated ________________ for providing
________________(name of the contract/services) to Balmer Lawrie & Co. Ltd. at
their Factory/ Unit/Office/ Establishment located at _____________.
I/We do hereby solemnly confirm that , as on the date of above mentioned tender,
there is no pending default / contravention/ non-compliance of Statutory provisions
committed by the bidder during the discharge of contractual obligations and relating
to the services by the bidder under any of the following Act/ statutes/ enactments or
rule regulation, guidelines, order or notifications, as applicable, at any of the locations/
factories/Units/Establishments where I/we has/ had Contract in any name in the past:
1. Employees Provident Fund & Miscellaneous Provisions Act 1952 & Rules.
2. Employees State Insurance Act 1948 & Rules & Employees State Insurance
Scheme.
3. Contract Labour (Regulation & Abolition) Act 1970 & Rules,
4. Factories Act 1948 & Rules
5. The Minimum Wages Act 1948 & Rules,
6. Employee’s Compensation Act 1923 & Rules,
7. The Payment of Bonus Act 1965 & Rules,
8. The Payment of Wages Act 1936 & Rules,
9. The Interstate Migrant Workmen (Regulation of Employment And Conditions
of Service) Act 1979.
10. The Maternity Benefit Act 1961& Rules.

Page 27 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

I/we further understand that Balmer Lawrie & Co. Ltd. has the right to demand
submission of relevant documents from us so as to verify this affidavit and if this
affidavit is found to be not true/ false, our bid shall stand rejected for violation of pre-
qualification criteria as mentioned in the tender document. Further, if on the basis of
this bid, we are awarded any contract & it is subsequently found that this affidavit is
false/ not true, Balmer Lawrie & Co. Ltd. shall have the right to cancel our tender, forfeit
the EMD, Security deposit & initiate suitable legal proceedings against
_________(Bidder).

Signature :

Name :

Date :

Page 28 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE – XII

BIDDER TO SUBMIT ON THEIR LETTER HEAD

(APPLICABLE TO ONLY MSE VENDORS FOR AVAILING BENEFITS


AS PER PUBLIC PROCUREMENT POLICY FOR MSE’s ORDER 2012)

Dated …………………….

I / We, M/s ……………………………………………………………………………………

address…………………………………………………………………, hereby declare that

I / We are registered as MSE supplier and have registered our Udyog Aadhar

Memorandum (UAM) Number…………………..on Central Public Procurement Portal

(CPPP). Balmer Lawrie & Co. Ltd reserves the right to verify the authenticity of the

above claim through CPPP.

Company Authorized Signatory


(Seal & Stamp)

Page 29 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE-XIII

CONDITIONS FOR ONLINE BID SUBMISSION

Pre-Requisites before Login to System (Software requirements)


Minimum System Requirements:

 P 4 or Later Processor
 Minimum of 1 GB 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

Operating System:
 Windows 7,8,10

Browser Version:
 Internet Explorer Versions 11

Java Component:
 Go to Control panel>Add/Remove Programs>
 Check whether Java Runtime Environment (Latest 32 bit) is installed on your
machine or not.

Procedure for Bid Submission


The bidder shall submit his response through bid submission to the tender on E-
Procurement platform at https://balmerlawrie.eproc.in by following the procedure given in
the Catalogue.

Registration with e-Procurement platform:


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

Page 30 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Balmer Lawrie’s officials.


Contact nos. and e. Email ID

1. Ms. B. D’Silva - Land Line No.022 6636224


Email: dsilva.b@balmerlawrie.com

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.

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.

Page 31 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

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
Neither 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.

Page 32 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE -XIV

CODE OF CONDUCT FOR BALMER LAWRIE & CO. SUPPLIERS

This Code of Conduct defines the basic requirements placed on Balmer Lawrie & Co.’s
suppliers of goods and services concerning their responsibilities towards their
stakeholders and the environment. Balmer Lawrie & Co. reserves the right to reasonably
change the requirements of this Code of Conduct due to changes of the Balmer Lawrie &
Co. Compliance Program. In such event Balmer Lawrie & Co. expects the supplier to
accept such reasonable changes.

The supplier declares herewith:

Legal compliance
To comply with the laws of the applicable legal system(s)

Prohibition of corruption and bribery


To tolerate no form of and not to engage in any form of corruption or bribery, including
any payment or other form of benefit conferred on any government official for the purpose
of influencing decision making in violation of law.

Respect for the basic human rights of employees


To promote equal opportunities for and treatment of its employees irrespective of skin
color, race, nationality, social background, disabilities, sexual orientation, political or
religious conviction, sex or age;

To respect the personal dignity, privacy and rights of each individual; o to refuse to employ
or make anyone work against his will;

To refuse to tolerate any unacceptable treatment of employees, such as mental cruelty,


sexual harassment or discrimination;

To prohibit behavior including gestures, language and physical contact, that is sexual,
coercive, threatening, abusive or exploitative;

To provide fair remuneration and to guarantee the applicable national statutory minimum
wage;

To comply with the maximum number of working hours laid down in the applicable laws;

To recognize, as far as legally possible, the right of free association of employees and to
neither favor nor discriminate against members of employee organizations or trade unions

Page 33 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Prohibition of child labour


To employ no workers under the age of 18;

Health and safety of employees


To take responsibility for the health and safety of its employees;

To control hazards and take the best reasonably possible precautionary measures
against accidents and occupational diseases;

To provide training and ensure that employees are educated in health and safety issues;

To set up or use a reasonable occupational health & safety management system;

Environmental protection
To act in accordance with the applicable statutory and international standards regarding
environmental protection;

To minimize environmental pollution and make continuous improvements in


environmental protection;

To set up or use a reasonable environmental management system;

Supply chain
To use reasonable efforts to promote among its suppliers compliance with this Code of
Conduct;

To comply with the principles of non-discrimination with regard to supplier selection and
treatment.

Page 34 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE – XV

Location Details of Offices / Guest houses / Company flats

I Location of Office Establishments

(a) 5, J. N. Heredia Marg, Ballard Estate, Mumbai


(b) 101. 102 and 103, Ascot Centre, Near Le Meriden Hotel, Andheri (East)
(c) Plot No. 27, Sadashiv Sadan, Tarun Bharat CHSL, Chakala, Andheri (E)

II Location of Guest House

(a) Flat No. A-203/204 Poonam Apartments, Worli, Mumbai


(b) Flat No. A-23, Meherina CHSL, Nepean Sea Road, Mumbai
(c) Flat No. B-601, Seagull CHSL, Rizvi Complex, Bandra (W), Mumbai

III Location of Company flats

(a) Mount Unique CHSL, 25 Mount Mary’s Road, Bandra (W): 3 Nos.
(b) New Bandra Hill CHSL, Nargis Dutt Road, Bandra (W) : 1 No.
(c) Sea Crest CHSL, Seven Bungalows, Andheri (W) : 1 No.
(d) Satyam-1 CHSL, Raheja Complex, Malad (W) : 3 Nos.

IV Housing Complex at Nerul, Navi Mumbai : 25 flats

Inspection Report

Report to be submitted after each and every visit to concerned office establishments,
guest houses and company flats which should be duly signed by occupant / caretaker.

Page 35 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

ANNEXURE-XVI

Rate Per Unit


SN Item Description (Rs.)
Supplying and drawing following sizes of ISI marked FRLS/
PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
1 required:1 x 1.5 sq.mm.
Supplying and drawing following sizes of ISI marked FRLS/
PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
2 required:2 x 1.5 sq.mm.

Supplying and drawing following sizes of ISI marked FRLS/


PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
3 required:3 x 1.5 sq.mm.

Supplying and drawing following sizes of ISI marked FRLS/


PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
4 required:2 x 2.5 sq.mm.

Supplying and drawing following sizes of ISI marked FRLS/


PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
5 required:3 x 2.5 sq.mm.
Supplying and drawing following sizes of ISI marked FRLS/
PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
6 required:3 x 4 sq.mm.
Supplying and drawing following sizes of ISI marked FRLS/
PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
7 required:4 x 4 sq.mm.
Supplying and drawing following sizes of ISI marked FRLS/
PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
8 required:3 x 6 sq.mm.
Supplying and drawing following sizes of ISI marked FRLS/
PVC insulated copper conductor in the existing
surface/recessed PVC conduit/PVC casing and capping as
9 required:4 x 6 sq.mm.
Supplying and fixing of following sizes of PVC conduit along
10 with the accessories in surface as required:20 mm

Page 36 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
Supplying and fixing of following sizes of PVC conduit along
11 with the accessories in surface) as required:25 mm
Supplying and fixing of following sizes of PVC conduit along
12 with the accessories in surface as required:32 mm
Providing and fixing following sizes of PVC casing and capping
13 on surface as required:20 mm x 10 mm
Providing and fixing following sizes of PVC casing and capping
14 on surface as required:25 mm x 10 mm
Providing and fixing following sizes of PVC casing and capping
15 on surface as required: 40 mm x 10 mm
Providing 3 x 1.5 sq.mm. FRLS/ PVC insulated copper wire
conductor along with PVC insulated/ bare copper wire for
loop earthing as required in 20 mm dia. Surface / recessed
PVC conduit with clamps saddles and 5/6 A modular switch
16 for a distance of 5 mtrs.
Providing 3 x 1.5 sq.mm. FRLS/ PVC insulated copper wire
conductor along with PVC insulated/ bare copper wire for
loop earthing as required in 20 mm dia. surface/ recessed
PVC conduit with clamps saddles and 5/6 A modular switch
17 for a distance of 7.5 mtrs.
2 × 2.5 sq.mm. FRLS/ PVC insulated copper conductor cable
in 20 mm dia surface/ recessed PVC conduit along with 1 ×
2.50 sq. mm PVC insulated/bare copper wire for loop earthing
as required including providing and fixing 3 pin 16 A socket
outlet and 16 A modular type switch upto 5 m, earthing the
18 3rd pin as required.
2 × 2.5 sq.mm. FRLS/ PVC insulated copper conductor cable
in 20 mm dia surface/ recessed PVC conduit along with 1 ×
2.50 sq. mm PVC insulated/bare copper wire for loop earthing
as required including providing and fixing 3 pin 16 A socket
outlet and 16 A modular type switch upto 7.5 m, earthing the
19 3rd pin as required.
CABLES
Supplying, laying and fixing PVC sheathed steel armoured, ISI
marked cables with saddles & clamps. 2 x 1.5 sq. mm. copper
20 conductor
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 3 x 1.5 sq. mm. copper
21 conductor
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 4 x 1.5 sq. mm. copper
22 conductor
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 2 x 2.5 sq. mm. copper
23 conductor

Page 37 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 3 x 2.5 sq. mm. copper
24 conductor
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 4 x 2.5 sq. mm. copper
25 conductor
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 2 x 4 sq. mm. copper
26 conductor.
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 3 x 4 sq. mm. copper
27 conductor.
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 4 x 4 sq. mm. copper
28 conductor.
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 3 x 6 sq. mm. copper
29 conductor.
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 4 x 6 sq. mm. copper
30 conductor.
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 4 x 10 sq. mm. copper
31 conductor.
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 4 x 16 sq. mm. copper
32 conductor.
Supplying, laying and fixing PVC sheathed steel armoured ISI
marked cables with saddles & clamps. 4 x 25 sq. mm. copper
33 conductor.
Supplying, laying and fixing PVC sheathed steel unarmoured
ISI marked cables with saddles & clamps. 2 x 1.5 sq. mm.
34 copper cable
Supplying, laying and fixing PVC sheathed steel unarmoured
ISI marked cables with saddles & clamps. 3 x 1.5 sq. mm.
35 copper cable
Supplying, laying and fixing PVC sheathed steel unarmoured
ISI marked cables with saddles & clamps. 2 x 2.5 sq. mm.
36 copper cable
Supplying, laying and fixing PVC sheathed steel unarmoured
ISI marked cables with saddles & clamps. 3 x 2.5 sq. mm.
37 copper cable
Supplying, laying and fixing PVC sheathed steel unarmoured
ISI marked cables with saddles & clamps. 4 x 2.5 sq. mm.
38 copper cable

Page 38 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
Supplying and fixing heavy duty, weather proof brass single
compression type nickel plated cable glands of Comet / Braco
39 makes for the following sizes of the cables: 1.5 to 6 sq.mm.
Supplying and fixing heavy duty, weather proof brass single
compression type nickel plated cable glands of Comet / Braco
40 makes for the following sizes of the cables: 10 to 35 sq. mm.
Supplying and fixing heavy duty, long barrel crimping type
tinned copper lugs of Dowel makes for the following sizes of
41 the cables 1.5 to 6 sq.mm.
Supplying and fixing heavy duty, long barrel crimping type
tinned copper lugs of Dowel makes for the following sizes of
42 the cables 10 to 35 sq.mm.
EARTHING
Supplying and drawing following sizes of FRLS/ bare copper
conductor for earthing (including connecting ends and fixing
43 wires on to the walls with necessary clips):1 x 2.5 sq.mm.
Supplying and drawing following sizes of FRLS/ bare copper
conductor for earthing (including connecting ends and fixing
44 wires on to the walls with necessary clips):1 x 4.0 sq.mm.
Supplying and drawing following sizes of FRLS/ bare copper
conductor for earthing (including connecting ends and fixing
45 wires on to the walls with necessary clips):1 x 6.0 sq.mm.
Earthing with G.I. earth plate 600 mm x 60 mm x 6 mm thick
including accessories and providing masonry enclosure with
cover plate having locking arrangement and watering pipe etc.
(but without charcoal or coke and salt) complete as required.
46 (as per IS 3043)
Earthing with Copper earth plate 600 mm x 600 mm x 3 mm
thick including accessories and providing masonry enclosure
with cover plate having locking arrangement and watering pipe
etc (but without charcoal or coke and salt)complete as
47 required. (as per IS 3043)
METAL BOX
48 Supply and fixing metal box for modular plate: one module
49 Supply and fixing metal box for modular plate: three module
50 Supply and fixing metal box for modular plate: four module
51 Supply and fixing metal box for modular plate: six module
52 Supply and fixing metal box for modular plate: eight module
53 Supply and fixing metal box for modular plate: twelve module
SWITCHES & SOCKETS
Supplying and fixing 2 way, 5/6 A tumbler/piano type switch on
the existing switchbox/cover including connections etc. as
54 required.

Page 39 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
Supplying and fixing 2 way, 5/6 A tumbler/piano type switch on
the existing switchbox/cover including connections etc. as
55 required.
56 supplying and fixin 6 A bellpush switch
57 supplying and fixin 10 A bellpush switch
58 1 Way Switch 6 A
59 2 Way Switch 6A
60 1 way switch 16 A
61 2 way switch 16 A
62 20A D.P. Switch
63 25 A D.P. switch
64 Supplying and fixing 3 pin 5/6 A Socket
65 Supplying and fixing 3 pin 15/16 A socket
66 Supplying & fixing 20 amps metal type Top
67 Supplying & fixing 20 amps metal type socket.
Supplying & fixing power coated M. S. box with 20A MCB
68 switch and socket.
69 Regulator switch type; single module
70 Regulator Socket type; double module
71 6 amps three pin
72 16 amps three pin
Modular Plate
73 1 module plate (without box)
74 2 module plate (without box)
75 3 module plate (without box) Roma
76 4 module plate (without box)
77 6 module plate (without box)
78 8 module plate (without box) horizontal
79 12 module plate (without box) horizontal
Concealed Box
Supplying & installation of recessed mounted Modular box for
switch/ socket/ regulator & surface/ concealed box type metal
unbreakable boxes to accommodate above. This will also
include chipping the wall, embedding the box and finishing the
surface as required. Switches/ Sockets/ Regulators shall be
80 paid extra under relevant items. 1 module
Supplying & installation of recessed mounted Modular box for
switch/ socket/ regulator & surface/ concealed box type metal
unbreakable boxes to accommodate above. This will also
include chipping the wall, embedding the box and finishing the
surface as required. Switches/ Sockets/ Regulators shall be
81 paid extra under relevant items. 2 module

Page 40 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
Supplying & installation of recessed mounted Modular box for
switch/ socket/ regulator & surface/ concealed box type metal
unbreakable boxes to accommodate above. This will also
include chipping the wall, embedding the box and finishing the
surface as required. Switches/ Sockets/ Regulators shall be
82 paid extra under relevant items.3 module
Supplying & installation of recessed mounted Modular box for
switch/ socket/ regulator & surface/ concealed box type metal
unbreakable boxes to accommodate above. This will also
include chipping the wall, embedding the box and finishing the
surface as required. Switches/ Sockets/ Regulators shall be
83 paid extra under relevant items. 4 module
Supplying & installation of recessed mounted Modular box for
switch/ socket/ regulator & surface/ concealed box type metal
unbreakable boxes to accommodate above. This will also
include chipping the wall, embedding the box and finishing the
surface as required. Switches/ Sockets/ Regulators shall be
84 paid extra under relevant items. 6 module
Supplying & installation of recessed mounted Modular box for
switch/ socket/ regulator & surface/ concealed box type metal
unbreakable boxes to accommodate above. This will also
include chipping the wall, embedding the box and finishing the
surface as required. Switches/ Sockets/ Regulators shall be
85 paid extra under relevant items. 8 module
Supplying & installation of recessed mounted Modular box for
switch/ socket/ regulator & surface/ concealed box type metal
unbreakable boxes to accommodate above. This will also
include chipping the wall, embedding the box and finishing the
surface as required. Switches/ Sockets/ Regulators shall be
86 paid extra under relevant items. 12 module
Light Fitting
Supplying, fixing and commissioning of Putty 1.22 M (4 ft.) long
87 PHILIPS
Supplying, fixing and commissioning of Putty 0.61 M(2ft.) long
88 PHILIPS
Supplying and fixing make fixtures with all fixtures with all
89 accessories and wiring excl. tubes / bulbs 140 Mirolta
Supplying and fixing approved make fixtures with all fixtures
90 with all accessories and wiring excl. tubes / bulbs 120 Mirolta
LED Drivers
91 S/F of Drivers for LED light fittings: 3 W
92 S/F of Drivers for LED light fittings: 5 W
93 S/F of Drivers for LED light fittings: 7 w
94 S/F of Drivers for LED light fittings: 12 W

Page 41 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
95 S/F of Drivers for LED light fittings: 15 W
96 S/F of Drivers for LED light fittings: 18 W
97 S/F of Drivers for LED light fittings: 24 W
98 S/F of Drivers for LED light fittings: 30W
99 S/F of Drivers for LED light fittings: 36W
100 S/F of Drivers for LED light fittings: 42W
CFL
Supplying and fixing retrofit type CFL Lamps (Double Tube)
without holder of Phillips / Osram make with following rating: 5
101 W
Supplying and fixing retrofit type CFL Lamps (Double Tube)
without holder of Phillips / Osram make with following rating: 7
102 W
Supplying and fixing retrofit type CFL Lamps (Double Tube)
without holder of Phillips / Osram make with following rating: 8
103 W
Supplying and fixing retrofit type CFL Lamps (Double Tube)
without holder of Phillips / Osram make with following rating: 9
104 W
Supplying and fixing retrofit type CFL Lamps (Double Tube)
without holder of Phillips / Osram make with following rating:
105 11 W
Supplying and fixing retrofit type CFL Lamps (Double Tube)
without holder of Phillips / Osram make with following rating:
106 15 W
Supplying and fixing retrofit type CFL Lamps (Double Tube)
without holder of Phillips / Osram make with following rating:
107 18 W
Supplying and fixing of CFL 36W of approved quality complete
with connections, including cost of materials, testing,
108 commissioning, etc. required:
Tube Light and Accessories
109 Supplying, fixing and commissioning of 4 ft. tube light, 36 W
110 Supplying, fixing and commissioning of 2 ft. tube light, 18 W
111 Supplying, Fixing and Commissioning of T5 tube light - 36 W
112 Supplying, Fixing and Commissioning of True Light - 18 W
Supplying and fixing bulbs 250 volts Phillips make: 15/25/40 W
113 GLS, 230 V
Supplying and fixing bulbs 250 volts Phillips make: 60 W GLS,
114 230 V
Supplying and fixing bulbs 250 volts Phillips make: 100 W GLS,
115 230 V
Supplying and fixing bulbs 250 volts Phillips make: 200 W GLS,
116 230 V

Page 42 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
117 Supplying and fixing of Mercury Vapour Lamp: 70 W
118 Supplying and fixing of Mercury Vapour Lamp: 125 W
119 Supplying and fixing of Mercury Vapour Lamp: 160 W
120 Supplying and fixing 500 W Halogen lamp
121 Supplying and fixing 1000 W Halogen lamp
Supply & fixing post top lantern 125W complete with
122 accessories and 125 w M.V. Lamps
Supply & fixing Globe of Philips/ equivalent make post top
123 lantern 12 W for size: 12" Doom
Supply & fixing Globe of Philips/ equivalent make post top
124 lantern 12 W for size: 9"Doom
LED Down Light Fitting
125 supplying and fixing LED Down light 3 W
126 supplying and fixing LED Down light 5 W
127 supplying and fixing LED Down light 7w
128 supplying and fixing LED Down light 8 w
129 supplying and fixing LED Down light 12 watts
130 supplying and fixing LED Down light 15 watts
131 supplying and fixing LED Down light 18 watts
132 supplying and fixing LED Down light 24 watts
133 supplying and fixing LED Down light 30 watts
LED Panels Light Fitting
134 LED Panels Square/Round shape : 3 W
135 LED Panels Square/Round shape : 5 W
136 LED Panels Square/Round shape : 7 w
137 LED Panels Square/Round shape : 8 w
138 LED Panels Square/Round shape : 12 W
139 LED Panels Square/Round shape :15 watts
140 LED Panels Square/Round shape : 18 W
141 LED Panels Square/Round shape :20 watts
142 LED Panels Square/Round shape :24 watts
143 LED Panels Square/Round shape : 36 W
144 LED Panels Square/Round shape : 42 W
LED Tube light Fitting
145 Supply and fixing LED Light 4' 1x 22 watts
146 Supply and fixing LED Light 4' 1x 12 watts
147 Supply and fixing LED Light 2' 1x 12 watts
LED Bulbs
148 supply and fixing LED Bulbs: 5 W
149 supply and fixing LED Bulbs: 7 W
150 supply and fixing LED Bulbs: 10 W

Page 43 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
151 supply and fixing LED Bulbs: 15 W
LIGHT ACCESSORIES
152 Supplying, fixing and commissioning of Copper choke 40 watts
153 Supplying, fixing and commissioning of Electronic choke
Supplying, fixing and commissioning of Starters 20/ 40/ 80
154 watts
155 Supplying, fixing and commissioning of End holders lock type
Supplying, fixing and commissioning of Supports for end
156 holder
Supply & fixing of choke of Philips made post top lantern HPC
157 101/125 W necessary wiring
158 Supplying and fixing adopter for holder
159 Supplying and fixing ceiling rose bakelite
160 Ding Dong bell 250 volts x 12 watts ISI make or equivalent
HRC Fuse
Supplying and fixing ISI HRC Fuse make English Electric or
161 equivalent of ratings 2 A
Supplying and fixing ISI HRC Fuse make English Electric or
162 equivalent of ratings 6 A
Supplying and fixing ISI HRC Fuse make English Electric or
163 equivalent of ratings 10 A
Supplying and fixing ISI HRC Fuse make English Electric or
164 equivalent of ratings 16 A
Supplying and fixing ISI HRC Fuse make English Electric or
165 equivalent of ratings 25 A
Supplying and fixing ISI HRC Fuse make English Electric or
166 equivalent of ratings 32 A
Supplying and fixing ISI HRC Fuse make English Electric or
167 equivalent of ratings 63 A
168 Supplying and Fixing of Glass Fuse of rating 5 A
169 Supplying and fixing of Glass Fuse of rating 10 A
MCBS
Supplying and fixing 5 amps. to 16 amps. Rating,240 volts,
miniature circuit breaker of following poles in the existing MCB
DB complete with connections, testing and commissioning etc.
170 as required: Single pole
Supplying and fixing 5 amps. to 16 amps. Rating,240 volts,
miniature circuit breaker of following poles in the existing MCB
DB complete with connections, and commissioning etc. as
171 required: Single pole and Neutral
Supplying and fixing 16 amps. to 32 amps. Rating,240 volts,
miniature circuit breaker of following poles in the existing MCB
DB complete with connections, testing and commissioning etc.
172 as required: Single pole

Page 44 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
Supplying and fixing 16 amps. to 32 amps. Rating,240 volts,
miniature circuit breaker of following poles in the existing MCB
DB complete with connections, testing and commissioning etc.
173 as required: Single pole and neutral double pole
Supplying and fixing 16 amps. to 32 amps. Rating,440 volts,
miniature circuit breaker of following poles in the existing MCB
DB complete with connections, testing and commissioning etc.
174 as required: Triple pole
Supplying and fixing 16 amps. to 32 amps. Rating,440 volts,
miniature circuit breaker of following poles in the existing MCB
DB complete with connections, testing and commissioning etc.
175 as required: Triple pole and Neutral
Supplying and fixing 40A Rating,440 volts, miniature circuit
breaker of following poles in the existing MCB DB complete
with connections, testing and commissioning etc. as required:
176 Triple pole and neutral/ 4 Pole
Supplying and fixing 63A Rating,440 volts, miniature circuit
breaker of following poles in the existing MCB DB complete
with connections, testing and commissioning etc. as required:
177 Triple pole and neutral/ 4 pole
Supplying and fixing single pole, blanking plate in the existing
178 MCB DB complete etc. as required
RCCB
Supplying and fixing following rating, double pole (single phase
and neutral),240 volts, residual current circuit breaker (RCCB)
having a sensitivity current upto 100 milliamperes in the
existing MCB DB complete with connections, testing and
179 commissioning etc. as required:10 amps.
Supplying and fixing following rating, double pole (single phase
and neutral),240 volts, residual current circuit breaker (RCCB)
having a sensitivity current upto 100 milliamperes in the
existing MCB DB complete with connections, testing and
180 commissioning etc. as required:16 amps.
Supplying and fixing following rating, double pole (single phase
and neutral),240 volts, residual current circuit breaker (RCCB)
having a sensitivity current upto 100 milliamperes in the
existing MCB DB complete with connections, testing and
181 commissioning etc. as required:25 amps.
Supplying and fixing following rating, double pole (single phase
and neutral),240 volts, residual current circuit breaker (RCCB)
having a sensitivity current upto 100 milliamperes in the
existing MCB DB complete with connections, testing and
182 commissioning etc. as required:40 amps.

Page 45 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
Supplying and fixing following rating, double pole (single phase
and neutral),240 volts, residual current circuit breaker (RCCB)
having a sensitivity current upto 100 milliamperes in the
existing MCB DB complete with connections, testing and
183 commissioning etc. as required:63 amps.
GEYSERS
Dismounting geyser, repairing inner container pressure testing
and reassembling, incl. re-installing & re-connecting / after
184 replacing assembly; Capacity upto 35 Litres
Supplying and installing instantaneous mini geyser with all
185 accessories of Racold/Venus/ Bajaj make; capacity upto 1 litre
Supplying and installing instantaneous mini geyser with all
accessories of Racold/Venus/ Bajaj make; capacity upto 3
186 litres
Supplying and installing instantaneous mini geyser with all
accessories of Racold/Venus/ Bajaj make; capacity upto 6
187 litres
Supplying and fixing theromostate Racold/ Venus/ Bajaj or
equivalent make including making necessary connections:
188 2000 watts element
Supplying and fixing theromostate Racold/ Venus/ Bajaj or
equivalent make including making necessary connections:
189 3000 watts element
Supplying and fixing theromostate Racold/ Venus/ Bajaj or
equivalent make including making necessary connections:
190 4500 watts element
Disconnecting water/ electrical connections and dismounting
191 geysers of all capacity.
Re-installing geysers after repairs on existing supports
including re-connecting water and electrical connections,
192 providing new bolts (excluding repair charges.)
193 Supplying and fixing indicator bulb unit (Geyser)
FANS
Supplying PEDASTAL fan 16" Oscillating type of Crompton,
194 GEC, Khaitan Make OR EQUIVALENT
Supplying TABLE fan 16" Oscillating type of Crompton, GEC,
195 Khaitan Make OR EQUIVALENT
Supplying WALL MOUNTED fan 16" Oscillating type of
196 Crompton, GEC, Khaitan Make OR EQUIVALENT
197 Overhauling fans (Complete servicing to be done)
198 Replacing 1.5 to 2.5 Mfd condensor
199 Replacing twin core flexible wires
Replacing regulator push button knob unit complete with
200 soldering etc.(table / wall mounted)

Page 46 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
201 Replacing three core wire, in fan
Rewinding fan stator varnishing, baking and replacing bush
bearings including to and fro transportation charges for taking
202 it to workshop, with guarantee of one year
203 Replacing bush bearings.
204 Replacing oscillating unit.
Supplying and fixing ceiling fan of Crompton make with 1feet
205 down rod in position with double ball bearing: 48" sweep
Supplying and fixing ceiling fan of Crompton make with 1feet
206 down rod in position with double ball bearing: 56" sweep
Rewinding stator/ rotar varnishing baking, bearings, removing
and refixing taking it incl. to and for transport charges for
207 taking it to workshop: 1220 mm (48") Sweep
Rewinding stator/ rotar varnishing baking, bearings, removing
and refixing taking it incl. to and for transport charges for
208 taking it to workshop: 1422 mm (56") Sweep
Additional payment for replacing ball/ bush bearing: 1220 mm
209 (48") Sweep
Additional payment for replacing ball/ bush bearing: 1422 mm
210 (56") Sweep
Replacing ball/ bush bearings including overhauling removing
and refixing the fan with alignment of shaft & tested with a
211 guarantee of two years.
212 Replacing flexible wire from ceiling rose to fan terminals.
EXHAUST FAN
Supplying & fixing of exhaust fans of Khaitan /Crompton
213 Greaves/ GEC make of following sizes: 8'' - light duty
Supplying & fixing of exhaust fans of Khaitan /Crompton
214 Greaves/ GEC make of following sizes: 12" - light duty
Supplying & fixing of exhaust fans of Khaitan /Crompton
215 Greaves/ GEC make of following sizes: 15''Industrial Type
Removing/ Rewiring stator/ rotar, and refixing the fan incl. to
216 & for transportation charges for taking it to workshop: 9"
Removing/ Rewiring stator/ rotar, and refixing the fan incl. to
217 & for transportation charges for taking it to workshop: 12"
Removing/ Rewiring stator/ rotar, and refixing the fan incl. to
218 & for transportation charges for taking it to workshop: 8''
219 Extra payment for replacing ball bush bearings 9" & 12"
220 Providing and fixing Louvers for Exhaust fan (GI): 9"/12"

Page 47 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
WATER PUMPS
Supplying and erecting Centrifugal water pumps (Monoblock)
with C.I. Impeller priming funnel cock and companion flanges
with bolts and nuts and mounted on a common shaft of high
efficiency squirrel cage induction motor spring washers of
221 requisite size pump: 1/2 HP Single phase
Supplying and erecting Centrifugal water pumps (Monoblock)
with C.I. Impeller priming funnel cock and companion flanges
with bolts and nuts and mounted on a common shaft of high
efficiency squirrel cage induction motor spring washers of
222 requisite size pump: 1 HP Single phase
Supplying and erecting Centrifugal water pumps (Monoblock)
with C.I. Impeller priming funnel cock and companion flanges
with bolts and nuts and mounted on a common shaft of high
efficiency squirrel cage induction motor spring washers of
223 requisite size pump: 2 HP/3 HP Three phase
Supplying and erecting Centrifugal water pumps (Monoblock)
with C.I. Impeller priming funnel cock and companion flanges
with bolts and nuts and mounted on a common shaft of high
efficiency squirrel cage induction motor spring washers of
224 requisite size pump: 5 HP 3 phase
Supplying and erecting Centrifugal water pumps (Monoblock)
with C.I. Impeller priming funnel cock and companion flanges
with bolts and nuts and mounted on a common shaft of high
efficiency squirrel cage induction motor spring washers of
226 requisite size pump: 7.5 HP 3 phase
Rewinding of electric motor with super enamelled copper wire
incl. Varnishing, heating, baking etc. and also greasing the
existing bush bearings incl. to and for transportation charges
227 to workshop, with guarantee for one year: 1/2 HP single phase
Rewinding of electric motor with super enamelled copper wire
incl. Varnishing, heating, baking etc. and also greasing the
existing bush bearings incl. to and for transportation charges
228 to workshop, with guarantee for one year: 1 HP single phase
Rewinding of electric motor with super enamelled copper wire
incl. Varnishing, heating, baking etc. and also greasing the
existing bush bearings incl. to and for transportation charges
229 to workshop, with guarantee for one year: 2 HP/3 HP 3 phase
Rewinding of electric motor with super enamelled copper wire
incl. Varnishing, heating, baking etc. and also greasing the
existing bush bearings incl. to and for transportation charges
230 to workshop, with guarantee for one year: 5 HP 3 phase
Rewinding of electric motor with super enamelled copper wire
incl. Varnishing, heating, baking etc. and also greasing the
existing bush bearings incl. to and for transportation charges
231 to workshop, with guarantee for one year: 7.5 HP 3 phase

Page 48 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Rate Per Unit


SN Item Description (Rs.)
Replacing bearing of approved make with new bearings
including removing and refixing of motor (single phase/ 3
phase) Both bearings with due alignment of shaft & tested: 1/2
232 HP
Replacing bearing of approved make with new bearings
including removing and refixing of motor (single phase/ 3
phase) Both bearings with due alignment of shaft & tested: 1
233 HP
Replacing bearing of approved make with new bearings
including removing and refixing of motor (single phase/ 3
phase) Both bearings with due alignment of shaft & tested: 3
234 HP
Replacing bearing of approved make with new bearings
including removing and refixing of motor (single phase/ 3
phase) Both bearings with due alignment of shaft & tested: 5
235 HP
Replacing bearing of approved make with new bearings
including removing and refixing of motor (single phase/ 3
phase) Both bearings with due alignment of shaft & tested: 7.5
236 HP
Supplying & fixing of 5 A spike protector with 4 switches as
transient suppressor & Rfi/ emifilter for use of PC/ Terminals of
237 Ridersor approved Make.
Fault finding of short circuits or any other minor fault and
238 restoring the power supply.
Fly Killer Fitting
239 P/F fly killer of branded make (500 killer)
240 P/F fly killer of branded make (1000 killer)
241 P/F fly killer of branded make (2000 killer)
242 P / F 20" slim tube for fly-killer Philips
243 P / F 10/20 w. Fly-killer HT transformer
244 P / F Relay for MK - 1 starter L & T make D O L 3/5 HP
Hot Plate
245 Supplying and fixing of spiral coil of 2000 W for hot plate
Supplying and fixing of spiral coil with plate of 2000 W for hot
246 plate
247 Fan Huck
248 T.5 Light Fitting 14 watt
249 M C B 4 Way Box
250 SQ Box 4x4
251 R G 6 V Cable
252 18 Module Palet
253 Round Plate

Page 49 Signature of tenderer with seal


Balmer Lawrie & Co Ltd.

Page 50 Signature of tenderer with seal

Das könnte Ihnen auch gefallen