TENDER DOCUMENTS FOR ENGAGEMENT OF CONTRACTOR FOR FUMIGATION SERVICES TO BE APPLIED ON WOOD PACKING MATERIAL TO BE USED FOR EXPORT CARGO AT CFS-KOL

Similar documents
Sub: E- Screen printing; Fork Lift operation & miscellaneous job works

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: Due date:

BALMER LAWRIE & CO. LTD.

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

TENDER DOCUMENT FOR SUPPLY OF SEAMLESS STAINLESS STEEL PIPES

TECHNICAL / COMMERCIAL BID

RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015

Chloro Paraffin Sulphonyl Chloride Colourless to Yellow % Sulphur % Chlorine

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.

Chloro Paraffin Sulphonyl Chloride Lovibond Gardner No:5 Max % Sulphur % Chlorine

Subject: Inviting Tender / Quotation for Designing and Printing of University Annual Report (Hindi Version)

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

NOTICE INVITING QUOTATION

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED

SNB/ENQ/Clearing Agent/12-13/362(wp) 17 th May 2012

TENDER NOTICE. Comprehensive Annual Maintenance Contract for Konica Minolta Photocopiers.

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER

UNIVERSITY OF MADRAS TENDER NOTICE

ANNEXURE I OFFER FOR CLEARING THE CARGO OF MMTC - SCHEDULE OF WORK -

BID DOCUMENT IFB: GAPL/TENDER/PM/001/ / DT TENDER FOR SUPPLY AND DELIVERY OF PACKAGING MATERIAL (FOILS AND FILMS)

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg

BALMER LAWRIE & CO. LTD. SBU : Refinery & Oil Field Services 21, Netaji Subhas Road Kolkata

TENDER FOR. Renovation & Painting works in Reception Area. For M/S BALMER LAWRIE & CO LTD. Head Office, 21, N S Road, Kolkata

ICSI HOUSE, C-36, SECTOR-62, NOIDA Ref: ICSI/Waste items/2018 December 07, 2018

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171

NOTICE INVITING TENDER (Offline)No:- WBSEPS/Tender/P-16/18-19/UHSlg/Rack

Balmer Lawrie & Co. Ltd. SBU : Refinery & Oil Field Services

RATE CONTRACT FOR SUPPLY OF PACKING MATERIALS at CCIC Mumbai Branch

TENDER DOCUMENT FOR SUPPLY OF WOODEN FURNITURE

NOTICE INVITING TENDER FOR DISPOSAL/LIFTING OF SCRAP AND WASTE MATERIALS

CANTONMENT BOARD AMBALA

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5.

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

Central Electricity Supply Utility of Odisha

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

Disable friendly Washrooms at hostel blocks (A & E)

TENDER FOR PURCHASE OF HOUSEHOLD FURNITURE ITEMS VISAKHAPATNAM, ANDHRA PRADESH

प ज ब एण ड स ध ब क PUNJAB & SIND BANK

Bharat Heavy Electricals Limited (A Govt.of India Undertaking) Tiruchirappalli , India HRM CANTEENS

No /4/2016-Genl. Government of India Ministry of Textiles

THE ADMISSION COMMITTEE FOR PROFESSIONAL COURSES GUJARAT STATE, INDIA. Price Tender Form (PTF)

NOTICE INVITING TENDERS

CONTRACT DOCUMENTS FOR THE WORK

NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI , TAMIL NADU Web site:

Water Works Section IIT, Khargapur NOTICE INVITING TENDER

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

Sl.NO. Particulars Unit EMD Amount 1 Supply & Installation of Automatic Milk Fat 120 No s 1,00,000-00

Subject: Inviting Tender / Quotation for Printing of University Annual Report (Hindi Version)

TENDER NOTICE. The last date for submitting the bids is upto 2.30 pm on or before at CBSE HQ Preet Vihar, Delhi. JOINT SECRETARY (A&L)

: BL/AS/MAN/AHC/LT/201718/0040

TENDER FOR SOIL INVESTIGATION WORK FOR PROPOSED MULTI MODAL LOGISTIC HUB ON 53 ACRE LAND AT VISAKHAPATNAM, ANDHRA PRADESH

NOTICE INVITING TENDERS

CENTRAL UNIVERSITY OF KARNATAKA

-1- Central Board of Secondary Education Regional Office, Delhi PS 1-2, Institutional Area, Patparganj I.P Extn., Delhi

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED O/O THE REGIONAL MANAGER (OOTY): UDHAGAMANDALAM. DOCUMENT NO: 276/RM(N)/OOTY/2018 TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY

CENTRAL WAREHOUSING CORPORATION

Dr. Ram Manohar Lohiya National Law University, Lucknow

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T)

Scanned by CamScanner

NOTICE INVITING TENDER (NIT)

THE COTTON CORPORATION OF INDIA LTD. (A

NATIONAL INSTITUTE OF TECHNOLOGY PATNA

Tender No: DAFFPL/MOD/FF/ /06 15 th July, 2015

HIRING OF PRIVATE GODOWN FOR STORAGE AND HANDLING OF FERTILIZERS TENDER DOCUMENT (FOR BISHNAH)

RATE CONTRACT FOR SUPPLY OF GIFT WRAPPING SHEETS & PACKING MATERIALS IN CCIC SHOWROOM AT JAWAHAR VYAPAR BHAWAN, JANPATH, NEW DELHI

Directorate of Public Relations Banganga, Bhopal , Madhya Pradesh

F. NO.6.1(RO SYSTEM)/JNVM/2013/ DATED : 18/03/13

TECHNICAL / COMMERCIAL BID. Balmer Lawrie & Co. Ltd. Container Freight Station, [ Navi Mumbai ] Tender No : _BL/CFS/MUM/495 TENDER NO:BL/CFS/MUM/ 495

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

Limited Tender Inquiry. `.4.30 Lakhs.

NOTICE INVITING TENDER

MSME-TECHNOLOGY DEVELOPMENT CENTRE (Central Footwear Training Institute, Chennai)

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

TENDER NOTICE Date: 11/08/2017

OFFICE OF THE ACCOUNTANT GENERAL (A&E)- II, U.P., ALLAHABAD

UNIVERSITY OF MADRAS

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

Dear Sir / Madam, Please quote your best price for the following: S.No DESCRIPTION. 1 Web based Video Conferencing Service 1 License

Tender for Stitching of office Files/Service/Books/Hard Book binding work in the Ministry of Environment and Forests, New Delhi.

N.I.T. for disposal of unserviceable E-waste

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD

(Rupees Six thousand only) refundable (without interest) in the form of Demand Draft/Pay order

No. 6-3/2003 WL-I (pt-11) (vol.2) Government of India/Bharat Sarkar Ministry of Environment & Forests (Wildlife Division)

र ष ट र य फ शन ट क न ल ज स स थ न, क लक त क न द र

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

HOOGHLY PRINTING CO. LTD.

File No.: 104/3/Dusting, Clean, Pest/2007/Gen. Date: 10/05/2007. Subject: Tender for Dusting, Cleaning & Pest control for the Years 2007, 2008 & 2009.

QUOTATION NOTICE. CF/ Business/ Dated Item

TENDER DOCUMENT FOR PRINTING AND SUPPLY OF VARIOUS TYPES OF PRE-PRINTED STATIONARY-2014

Gujarat Technological University (Established Under Gujarat Act No.: 20 of 2007)

TENDER SPECIFICATION

UNIVERSITY OF MADRAS nrd;idg; gy;fiyf;fofk;

institutions and Public Sector Undertakings for similar works.

Transcription:

BALMER LAWRIE & CO. LTD. (A Govt. of India Enterprise) [Container Freight Station] P-3/1, Transport Depot Road Kolkata 700 088 Ph.No.:24506-816 & 818 Fax No.:2449-8355 Email No.: paul.g@balmerlawrie.net TENDER DOCUMENTS FOR ENGAGEMENT OF CONTRACTOR FOR FUMIGATION SERVICES TO BE APPLIED ON WOOD PACKING MATERIAL TO BE USED FOR EXPORT CARGO AT CFS-KOL TENDER NO. BL/CFS/KOL/FUMIGATION-EXP/14-15 DATED 10.11.2014 DUE DATE FOR SUBMISSION 20.11. 2014 - BY 3.00 PM

BALMER LAWRIE & CO. LTD. (A Govt. of India Enterprise) Container Freight Station P-3/1, Transport Depot Road Kolkata 700 088 Ph.No.:2449-5298 : Extn. 305 & 311 Fax No.:2449-8355 Email No.: kolkatacfs@balmerlawrie.net Ref.:BL/CFS-KOL/Fumigation-Exp/14-15/3 Dated:10.11.2014 NOTICE INVITING TENDER Re.: TENDER DOCUMENTS FOR ENGAGEMENT OF CONTRACTOR FOR FUMIGATION SERVICES TO BE APPLIED ON WOOD PACKING MATERIAL TO BE USED ON EXPORT MATERIAL AT CFS-KOL On-line bids under two bid systems are invited from interested BIDDERS for Fumigation Services on Wood packaging Material to be used on Export cargo at our CFS-Kolkata through our e-procurement portal available at our web site www.balmerlawrie.com. Interested parties have to submit an interest free EMD of 20,000/- (Rupees Twenty Thousand Only) by Demand Draft/Pay Order at our above address. The DD/PO for EMD should be drawn in favour of BALMER LAWRIE & CO LTD on any Scheduled Bank, payable at Kolkata. Copies of the instruments (DD/PO) evidencing payment of EMD should be scanned & uploaded along with unpriced bid. However, MSME/NSIC vendors are exempted from submission of EMD, but they need to submit their MSME/NSIC Certificate for our acceptance of the exemption. The physical original instruments/drafts should reach our above address prior to due date and time of submission. In case the Bidder 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. The Online Bid complete in all respects and supported by the evidence of having paid EMD should be submitted to our e-proc portal on our website https://balmerlawrie.com as per Tender Calender. Procedure for Bid Submission 1. Online Two Bid tender is invited from our registered or Competent vendors for above mentioned job for Container Freight Station, P-3/1, Transport Depot Road, Kolkata-700088, through our e-procurement portal available at our web site www.balmerlawrie.com. The bidders shall submit their eligibility and qualification documents, financial bid etc. in the standard formats prescribed in the Tender documents, displayed in e-procurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc. in support of their eligibility criteria in the e-procurement web site. However, bulky documents need not be scanned and uploaded but physical copy of the same should be sent to our office before the tender opening date. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity.

2. Registration on e-proc portal For registration and online bid submission bidders may contact HELP DESK of C1India Pvt. Ltd., details of which are available at our web-site mentioned above or they can register themselves online by logging in to the website through www.balmerlawrie.com 3. Digital Certificate authentication: The bidder shall authenticate the bid with his Digital Certificate 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. HELP DESK of C1 India Pvt., Ltd If any bidder is having trouble accessing Balmer Lawrie e-procurement portal, please contact our Help Desk Officers during business hours (10.00 am to 06.00 pm, from Monday to Friday) Ritabrata Chakraborty, +91 86979 10411 Email: ritabrata.chakraborty@c1india.com Ujjal Mitra (Hydrabad), +91 7702669806 Email: ujjal.mitra@c1india.com Rajesh Kumar (Delhi), +91 9650465143 Email: rajesh.kumar@c1india.com Chandan Pedamkar/Ravi Kumar = 022 66865601 3. Submission of Hard Copies Bidders are required to submit the original demand drafts towards EMD (or copy of MSME/NSIC Certificate) along with signed stamped copy of documents asked as qualification/shortlisting criterion along with unpriced part of the tender to the Tender Inviting Authority and other documents before due date and time of the Tender bid. The bidder shall invariably furnish the original DD and other documents to the tender inviting authority before opening of bid either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of bidder. The department shall not take any responsibility for any delay or non-receipt. If any of the documents furnished by the bidder is found to be false/fabricated/bogus, the bidder is liable for black listing, forfeiture of the EMD, cancellation of work and criminal prosecution. The bidder is requested to get a confirmed acknowledgement from the Tender Inviting Authority as a proof of hard copies submission to avoid any discrepancy. 4. Deactivation of Bidders The bidders found defaulting in submission of hard copies of original DD for EMD and other documents to the Tender Inviting Authority on or before the time stipulated in the tender will not be permitted to participate in the tender. 5. Tender Document The bidder is requested to download the tender document and read all the terms and conditions mentioned in the tender Document and seek clarification, if in doubt, from the Tender Inviting Authority. The bidder has to keep track of any changes by viewing the addendum/corrigendum s issued by the Tender Inviting Authority from time-to-time in the e- Procurement platform. The Company calling for tenders shall not be responsible for any claims/problems arising out of this.

Balmer Lawrie & Co. Ltd. 6. Bid Submission Acknowledgement The user should complete all the processes and steps required for bid submission. The successful bid submission can be ascertained as given by the system through bid submission number after completing all the processes and steps. C1 India is not responsible for incomplete bid submission by users. Users may also note that the incomplete bids will not be saved by the system and are not available for the Tender Inviting Authority for processing. Before scanning for uploading, the bidders shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. 7. Disclaimer Clauses 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. RIGHT OF ACCEPTANCE / REJECTION M/s Balmer Lawrie & Co Ltd reserves the right to accept or reject any or all the offers either in part or in full without assigning any reason whatsoever. CONTACT PERSON For any clarification / queries the bidder may please contact Mr. Gautam Paul, Sr. Manager (Tech & Comm), Balmer Lawrie & Co. Ltd., CFS, Kolkata, Phone : (033) 24506816/ 9903889122 Please acknowledge receipt and confirm your participation in this tender. Thanking you, Yours faithfully, for BALMER LAWRIE & CO. LTD. (Gautam Paul) Sr.Manager(Tech & Comm) Note: 1. Submission of credentials and Tender bids through e-mail or Fax will not be accepted. 2. Bids of any tenderer may be rejected if a conflict of interest between the bidder and Company(Balmer Lawrie) is detected at any stage. 3. Balmer Lawrie & Co. Ltd., shall have the right to cancel the job or reduce/eliminate quantity from the schedule of job provided in Annexure A without assigning any reason whatsoever.

1.0 COMPANY 1.01 Name of the Company BALMER LAWRIE & CO. LTD. TENDER FORM 1.02 Status [Whether Govt., PSU, Pvt. Or Public Ltd.] 1.03 Address: Registered Office Head Office 1.04 Communication : Telephone No. Fax No. E-mail ID Mobile No. 1.05 Trade Licence Details [photocopy to be enclosed] No. Date of Issue Valid Upto Issuing Authority 1.06 Statutory Clearance Certificate details [Details to be enclosed] PAN No. Income Tax Prof. Tax PF Registration No. ESIC Registration No. 1.07 Key person of the organisation Name Designation Contact Telephone No. Mobile No. Short Profile 1.08 List of Important Clients alongwith Certificate on performance [Certificate to be enclosed]

Balmer Lawrie & Co. Ltd. 1.09 Details of experience [Certificate to be enclosed] 1.10 Name & Address of the Bankers 2.0 COMMERCIAL Survey 2.1 Whether already working at Kolkata [please ] YES NO 2.2 Are you agreeable to provide services at any other location, if required 2.3 Are you agreeable to furnish Performance Guarantee on prescribed format enclosed with the tender document 2.4 Do you have Valid Certificate of Registration / : Accreditation issued by Directorate of Plant Protection, Quarantine & Storage of Ministry of Agriculture, Govt of India 2.5 If yes, please mention the Registration number, Date of Issue of Registration, Validity period of the Registration YES YES YES NO NO NO Registration No. Date of issue Validity If you wish to give any further information, which will highlight your capabilities, kindly provide in Annexure in brief. Office Seal Signature Name Date : Designation

BALMER LAWRIE & CO. LTD (A Govt. of India Enterprise) Container Freight Station, Kolkata P-3/1, Transport Depot Road Kolkata 700 088 Terms & Conditions 1. Schedule of Tender Balmer Lawrie & Co. Ltd., Container Freight Station Kolkata intend to engage a contractor for Fumigation of wood packaging material/wood used for dunnaging in 20/40 ft containers for export shipments of cargo i.e. Alu. Ingots, Wire Rods, Rolled Products/Cast Strips etc. as per Price Schedule attached. The tender should be submitted along with EMD superscribed Tender No., Due date of Tender etc. The tender will be received upto 3.00 p.m. on 20.11.2014. 2. Pre-Qualification Criteion 1) Deposit of Earnest Money of Rs.20,000.00. 2) Submission of Trade License. 3) Valid accreditation / certificate of registration from the Directorate of Plant Protection, Quarantine & Storage of the Ministry of Agriculture, Govt. of India or equivalent, as per the latest National and International Standards (NSPM 11&12, ISPM 15) and are thus authorized to carry out fumigation of wooden packing material/wooden parts of containers and affix/emboss the ISPM 15 mark/ IPPC logo/stickers. (Documentary proof should be submitted] 4) Experience of at-least 3 years in Fumigation Job with at least two certificates from reputed concern. 5) Minimum turnover of Rs.5.00 lakhs per financial during last three years. 6) Registration with ESIC & PF. 3. Tasks and responsibility : 3.1 Metal/Non metal export/import cargo in 20`/40` containers 3.2 Imported cargo contained in 20`/40` Containers The above products list is only indicative and not exhaustive. The products are stuffed inside containers for shipment to various destinations. In order to secure the cargo inside containers our Coopering contractor uses wooden pieces (cut lengths) for dunnaging. The work of fumigation of wood is to be carried out in co-ordination with BL s Coopering contractor. The Coopering contractor is to provide the dunnage wood for fumigation either inside our premises or some other suitable place well before the arrival of empty containers for stuffing. 4. Scope & Special Conditions of Work The scope of work under the contract shall include following activities, though not exhaustive:-

4.1 Collection of information from BL s Officer/Supervisor regarding arrival of consignments/container. 4.2 Liaison with BL s Officer/Supervisor regarding the stuffing plan and to find out the quantum of fumigation required. Timely completion of fumigation of wood is required before commencement of stuffing. The contractor shall do necessary handling, stacking of wood & other arrangements for fumigation work. 4.3 CFS entering permission for the men and material, if any, to be arranged by the contractor on his own well in advance. Required chemicals are to be in position for execution of the work. 4.4 The fumigation of wood used for dunnaging in side the containers and its inside wooden parts thereof should be done as per International Protection Convention [IPPC] and known world wide as ISPM 15 standard and IPPC stickers/logo should be embossed on the dunnageing wood at close intervals as per the standards laid down by the ISPM 15. All arrangements for fumigation job to be carried out solely by contractor with close co-ordination with BL s Coopering Agent. 4.5 Necessary certificate has to be provided per consignment consisting of one or more containers certifying fumigation of wood within 12 hours of execution of work. The certificate should contain the container numbers wherein the fumigated wood is used for dunnaging. 4.6 Work has to be done on all days including Sundays and Holidays as may be required. 4.7 The party should have valid accreditation / certificate of registration from the Directorate of Plant Protection, Quarantine & Storage of the Ministry of Agriculture, Govt. of India or equivalent, as per the latest national and international standards (NSPM 11&12, ISPM 15) and are thus authorized to carry out fumigation of wooden packing material/wooden parts of containers and affix/emboss the ISPM 15 mark/ IPPC logo/stickers. (Documentary proof should be submitted) 4.8 The party should have valid license/authorization from statutory authority required for operating different toxic products (if any). In the event of the chemicals that are used for fumigation not being covered in the authorization/license, the party must obtain valid license for the same prior to starting the work. The license shall have to remain valid till completion of the contract period failing which contract will be terminated from the date of expiry of license. Contractor has to abide by all applicable rules, regulations,procedures as per norm for carrying out fumigation. BL will not be liable for any violation on the part of contractor. Contractor shall be liable to bear all expenses/compensation and indemnify BL from any demand, claim or proceedings occasioned or instituted because of any accident/incident arising out of execution of work. 4.9 Sub-letting of the work to any other party, either in part or whole, will not be accepted under any circumstances. Only specialized and trained personnel shall be deployed for this work. However, BL s contractor may do the work through any accredited agencies. 4.10 Any complaint received from the end receiver regarding fumigation will be treated as poor performance / non performance and the contractor shall be fully responsible for the claims if any.

4.11 Manufacturer s instruction regarding safety and health hazards shall have to be strictly and meticulously followed for preparation of the chemicals that will be used for fumigation. Contractor will be fully responsible for safety, health and working condition of his workers engaged for the work and should not pollute the environment near the place of work. 4.12 Contractor shall be responsible to collect all waste material/chemicals etc. after fumigation job in BL s premises or any other place provided by BL at his own responsibility & cost. 4.13 PPE (Personal Protective Equipment) shall be invariably used & adequate safety measures undertaken at the time of fumigation. 4.14 The fumigation shall have maximum possible period of validity 4.15 Date and place of fumigation shall be indicated in the report. 5. Eligibility & Capacity The bidder should be well experienced and capable of undertaking fumigation work of large number of containers at a time. They shall be able to deploy required number of staff for smooth operation. 6. Earnest Money Deposit The bidder should submit Earnest Money of Rs. 20,000/- (Rupees Twenty Thousand Only) in the form of Pay Order/Demand Draft drawn in favour of BALMER LAWRIE & CO. LTD. payable at Kolkata. In case bidder revokes or withdraw their offer within validity of the offer or fails to submit security deposit and/or commence the work after the contract is awarded, Balmer Lawrie will be at liberty to forfeit the Earnest Money Deposit. 7. Validity of offer The rate Offer should be kept valid for acceptance for 120 days from the last date for submission of the tender. The and the rates once submitted shall not be changed/varied/added/altered during this period. 8. Award of Contract Qualified Bidder who will be found to have quoted the overall lowest bidder for the entire BOQ/Price Schedule of this tender shall be determined as L-1 bidder and that bidder only shall be considered for awarding the contract. 9. Period of contract The contract will remain valid for one year from the date of awarding the contract and the same may be extended on mutual consent in writing for another one year. 10. Performance Guarantee The successful bidder shall deposit within seven days from the date of awarding the contract a sum of Rs.50,000/- (Rupees Fifty thousand only) either by Pay Order in favour of Balmer Lawrie & Co. Ltd. payable at Kolkata or by way of Bank Guarantee in the prescribed format. The Bank Guarantee is to be valid for contract period and six months.

In the absence of timely and improper performance by the contractor, Balmer Lawrie reserves the right to appoint any other contractor on same or similar terms and conditions or otherwise to render the same or similar services utilize the services of other contractor at the RISK & COST of the contractor and to recover the charges and expenses incurred in excess of the contractual rates, terms & conditions from the contractor. This will be without prejudice to the rights of Balmer Lawrie for any other action including termination of contract, forfeiture of security deposit etc. 11. Termination of the contract Balmer Lawrie reserves the right to terminate the contract by serving 30 days notice without assigning any reason whatsoever. However, if the contractor fails to execute the job as per requirement of the company or fails to meet the contractual obligations or any other reasons which are detrimental to the interest of the company, BL shall have the right to terminate the contract forthwith without serving any notice to the surveyor. 12. Statutory obligation ESI/ PF/ Other Statutory obligations: You would be required to ensure adherence of all statutory obligations related to your employees who would be working inside Balmer Lawrie premises. On award of the contract, you shall ensure compliance with all relevant statutory provisions under the relevant labour laws which are as given below: a) The Contract Labour (Regulation & Abolition) Act 1970 b) The Employees Provident Funds and Miscellaneous Provisions Act 1952 c) The Employees State Insurance Act 1948 d) The Minimum Wages Act 1948 e) The Workmen Compensation Act 1923 and other applicable labour enactment and as amended from time to time in respect of the personnel deployed by you the Company s premises. Presently the minimum wages payable is to be obeyed. per person per day - plus applicable PF and ESI. Bidders are requested to take note of the same while quoting their rates. The personnel deployed in the Company s premises by you shall be fully qualified in all respects to carry out the activities for which he has been deployed. You shall equip the personnel deployed by you in the Company s premises with all the necessary implements and safety equipment. The persons will have to use the PPE provided by BL. It may be noted that the bill submitted by you for services rendered shall be processed only on submission of satisfactory proof of remittances Challans in respect of statutory payments such as ESI, PPF, etc. for the personnel deployed by you 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 you. 13. Rate The rate should quoted in the enclosed rate schedule and the same should be inclusive of all taxes and duties except for service taxes, which shall be paid extra.. 14. Billing & Payment On receipt of the bill the same will be processed and payment will be made after making necessary deduction towards dues, penalty, income tax, risk & cost, deposits of statutory deduction within 30 days from the date of submission of the verified bills.

15. Settlement of disputes by Arbitration Any dispute or difference whatsoever arising between the parties out of or relating to the construction, interpretation, application, meaning, scope operation or effect of this contract or the validity or the breach thereof, shall be settled by arbitration in accordance with the Rules of Arbitration of the SCOPE Forum of Conciliation and Arbitration and the award made in pursuance thereof shall be binding on the parties. The contract shall be governed by the Laws in India and subject to the exclusive jurisdiction in Kolkata. Notwithstanding the existence of any arbitration in terms thereof, or otherwise, the contractor shall continue contract or be bound to continue and perform the works to the completion in all respects according to the contract (unless the contract or works be determined by the Company) and the contractor shall remain liable and bound in all respects under the contract. 16. Right to accept/reject the tender The company reserves the right to execute any or all of the BOQ items or reject any or all the tenders without assigning any reason. Office Seal Signature Name Date : Designation

BALMER LAWRIE & CO. LTD (A Govt. of India Enterprise) Container Freight Station, Kolkata P-3/1, Transport Depot Road Kolkata 700 088 PRICE SCHEDULE Sl.No. Description Qty Rate(Rs.) Amount(Rs.) 1 The fumigation of wood used for dunnaging in side container and its inside wooden parts thereof should be done as per latest ISPM-15 Standards and stamping/embossing of IPPC logo/symbol/ on wood and issuance of Certificate 2 The fumigation of wood used for dunnaging in side container and its inside wooden parts thereof should be done as per latest ISPM-15 Standards and stamping/embossing of IPPC logo/symbol/ on wood and issuance of Certificate Total 2500 TEU 200 FEU