Ref : BL/HR/SR/Taxi/ Date : NOTICE INVITING TENDER FOR PROVIDING CASUAL TAXI SERVICE

Similar documents
Balmer Lawrie & Co Ltd, SBU : Grease and Lubricants P-43, Hide Road extension, Kolkata Tender Enquiry

TRAVEL & VACATIONS Core-8,Ground Floor, Scope Complex, 7, Lodhi Road, New Delhi PHONE NOS /

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: SBULC/ Refined Naphthalene/04/337/1617 Dated: Due date:

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SO2/LT/201718/0176 Dated: Due date:

SBU Logistics Services 32-33, Kushal Bazar, Ground Floor, Nehru Place, New Delhi Phone: ,

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SBS/LT/201718/0260 Dated: Due date:

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH

Tender Enquiry No.TTC/HYD/ /26 NOTICE INVITING TENDER

Ref : BL/HR/SR/Canteen/ Date : NOTICE INVITING TENDER FOR RUNNING INDUSTRIAL CANTEEN

TENDER ENQUIRY. Sub: Annual Rate Contract for the Supply of V-belt, Coupling and Bearing

REGIONAL OFFICER. Page 1 of 11

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for

TENDER DOCUMENT FOR UNPRICED BID PART I. Tender No.: ROFS/2K10/05/ENQ/15. Tender Date : : UPTO 15:00 HOURS

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

Balmer Lawrie & Co Ltd, SBU : Grease and Lubricants P-43, Hide Road extension. Kolkata Tender Enquiry No :

TELANGANA UNIVERSITY DICHPALLY,NIZAMABAD

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat

GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF CUSTOMS, CENTRAL EXCISE & SERVICE TAX 6/7, A.T.D. STREET, RACE COURSE ROAD, COIMBATORE

Sub: Invitation of sealed quotations for hiring of taxi /vehicles on hire basis under two bid system for IGNOU RC Cochin reg.

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, TRIVANDRUM

BALMER LAWRIE & CO. LTD ASSOCIATE SERVICES, 32, SATTANGADU VILLAGE MANALI, CHENNAI PHONE: / 542 FAX:

National Institute of Pharmaceutical Education & Research, Balanagar, Hyderabad

NATIONAL HOUSING BANK, NEW DELHI TENDER NOTICE

NOTICE INVITING TENDER FOR HIRING OF VEHICLES

Odisha State AYUSH Society National AYUSH Mission. Directorate of AYUSH Department of Health & Family Welfare, Govt. of Odisha

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work

Short Term Tender Notice for Hiring of Vehicle for Bihar Skill Development Mission,Patna

QUOTATION NOTICE. Empanelment of agencies for Car Hire Service. 21/04/2014 & 1500hrs. technical evaluation.

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LTD (TIDCO)

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

West Bengal State Electricity Transmission Co. Ltd. CORPORATE HR&A DEPARTMENT

INDIAN INSTITUTE OF SCIENCE BENGALURU

STAFF SELECTION COMMISSION Block-12, CGO Complex, Lodhi Road, New Delhi NOTICE INVITING TENDER

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

at 13:30 hrs

BALMER LAWRIE & CO. LTD.

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI (A

TENDER DOCUMENT FOR HIRING OF VEHICLE

NOTICE INVITING TENDER

भ रत य ख ऱ प र ध करण SPORTS AUTHORITY OF INDIA. Tender Notice. Sub: HIRING OF VEHICLE

भ रत य ख ल प र ध करण SPORTS AUTHORITY OF INDIA. Tender Notice. Sub: HIRING OF VEHICLE

BID DOUCMENT FOR ELECTRONIC TENDRING

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

BHARAT HEAVY ELECTRICALS LIMITED Jagdishpur

TENDER DOCUMENT. NAME OF WORK: HIRING CAR ON CONTRACT BASIS Six Seater -Toyota Innova (A/c Diesel) without driver

BID DOUCMENT FOR ELECTRONIC TENDRING

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

Created with Print2PDF. To remove this line, buy a license at:

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

KARNATAKA STATE INDUSTRIAL AND INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (KSIIDC) NOTICE INVITING E-BIDDING FOR INVESTMENT OF

NATIONAL FILM DEVELOPMENT CORPORATION A GOVERNMENT OF INDIA ENTERPRISE

NATIONAL INSTITUTE OF TECHNOLOGY SIKKIM Ravangla Campus, Barfung, South Sikkim (Ph): )

Tender No.: BL/LS/DEL/05T/MAY18 Date: Notice Inviting E-Tender

Employees State Insurance Corporation Hospital, Manesar

NOTICE INVITING TENDERS

NATIONAL INNOVATION FOUNDATION- INDIA (Autonomous Body of Department of Science &Technology, Govt. of India)

(Regd. Office: 21, N.S.Road, Kolkata ) Tender Ref: BL/LC/MAN/CAP/LT/201718/0090 Dated: Due date:

TENDER DOCUMENT FOR HIRING OF VEHICLES

National Bal Bhavan Kotla Road, New Delhi. Limited Tender for Hiring of Cars day to day basis for a period of one year.

TENDER NOTICE: 01 /

Software Technology Parks of India Noida

No. 101/LNCPE/HV/2016 Dated: TENDER NOTICE SUB: - HIRING OF VEHICLE

TENDER No.MMTC/DRO/ADMN/DLY/ th May, 2108

PAWAN HANS LIMITED. (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati

NATIONAL TRAINING ACADEMY EMPLOYEES STATE INSURANCE CORPORATION DWARKA SECTOR-23, NEW DELHI Phone: , Fax:

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT NEW DELHI

OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

Tender Document. Name of the Work. Hiring of Vehicle (Indigo/Swift Dzire or other similar/tavera/ Innova or other similar) Car for field use of CWDB

SAMTEL COLOR LIMITED BIDDING PROCESS DURING CORPORATE INSOLVENCY RESOLUTION PROCESS:

Authorized signatory Sd/- DIRECTOR

Indian Maritime University (A Central University Govt. of India) East Coast Road, Uthandi, Chennai Tel: (044) /45, Fax:

TENDER DOCUMENT. NAME OF WORK: HIRING CAR ON CONTRACT BASIS - Six Seater-Toyota Innova (A/c Diesel) with driver

Jawaharlal Nehru Institute of Banking & Finance, Gachibowli, Hyderabad TENDER NOTICE CAR SUPPLY SERVICES

NATIONAL INSTITUTE OF TECHNOLOGY SIKKIM Ravangla Campus, Barfung, South Sikkim (Ph): )

Central University of Orissa

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER

PROVIDING SUPPORT SERVICE FOR DOCUMENTATION, FILING & ALLIED SERVICES IN OFFICE AT CFS -KOLKATA

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Karnataka State Law University Navanagar, Hubballi Phone / Fax: ,

NATIONAL INSTITUTE OF FASHION TECHNOLOGY NIFT Campus, Hauz Khas New Delhi

Tender for Hiring of Closed body jeep for EE (Testing), Circle Office, Jamnagar.

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

TENDER FOR ENGAGEMENT OF NON AC BOLERO / SIMILAR TYPE OF VEHICLE FOR BHAWANIPATNA DAIRY

THE STATE TRADING CORPORATION OF INDIA LTD (A GOVT. OF INDIA ENTERPRISE)

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

Sd/- Medical Superintendent E.S.I.C. Hospital Sarojini Nagar Lucknow. No.T/302/S.C.-ESICH/Lko/ Dt Tender Document fee

PFC CONSULTING LIMITED. (A Wholly Owned Subsidiary of Power Finance Corporation Ltd.) (A Government of India Undertaking)

Invitation to Limited Tender Enquiry

:: NOTICE INVITING TENDER :: Hiring of Vehicles

TENDER FOR HIRING OF VEHICLES (For the period of ONE year)

OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR

Tender No.CHO(HR)/Admn./36/07/511 Date: Total No. 20 pages (including Tender Form and documents attached)

60,000 K.MS. PER YEAR WITH WHITE COLOUR.

NOTICE INVITING TENDER

TENDER NOTICE. The tenders can be downloaded from and the last date to submit the completed/filled tender is on till 2.30 p.m.

Tender No. CBMR/ MISC/ 567/ 2016 Tender Document for Hiring of Vehicle

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

Transcription:

Balmer Lawrie & Co. Ltd (A Government of India Enterprise) Associate Service Manali, Chennai 600068 Phone : 25946500, Fax : 25946539 SINCE 1867 Website : balmerlawrie.com (Regd Office : 21, Netaji Subhas Road, Kolkata 700 001) Ref : BL/HR/SR/Taxi/2015-17 Date : 10.09.2015 To : Scope of work NOTICE INVITING TENDER FOR PROVIDING CASUAL TAXI SERVICE Balmer Lawrie & Co Ltd. Is a multiple product, multi location and multi technology conglomerate, intends to engage an Agency for providing vehicles of make : Indica, Indigo, Ford Ikon, Ford Fiesta, Lancer, Honda City, Toyotta Corrola, Innova, Tavera, etc on a daily/casual booking basis to meet the requirement of the various Divisions of the Company in Chennai operations, for a period of 2 years. Taxes & Duties Service Taxes/duties if applicable shall be paid extra as applicable. Earnest Money deposit Offer should be accompanied by a Demand Draft for Rs 10,000/- (Rupees ten thousand only) towards Earnest Money Deposit executed by any Scheduled Bank drawn in favour of Balmer Lawrie & Co. Ltd payable at Chennai i

Pre-qualification requirement 1. Submission of EMD of Rs 10,000/- by DD 2. Possession of atleast 10 vehicles of year 2012 and above in their own/proprietor/agency s name. 3. Possession of PAN No. 4. To submit copy of RC book of the vehicles. 5. Possession of PAN No. 6. Possession of Service Tax Regn No. Documentary evidence for the above should be submitted along with Technical bid. Offers received without the documentary support will not be considered. Validity of offer Tenderers shall keep their offer valid for a period of 60 days from the due date of submission of tender Security deposit Successful bidder will have to deposit Rs. 50,000/- (Rupees fifty thousand only) by DD as interest free security deposit toward successful performance of contract within 10 days of award of contract. The security deposit will be refunded on successful completion of the contract. Payment terms Payment shall be made within 21 days from the date of submission of monthly bills duly supported by trip sheet Note on Price bid rate For journey performed for hours exceeding the slab limit, the rates quoted for additional hours and km will be applicable Less than 30 minutes will be ignored, 30 minutes and above will be treated as 1 hour For journey performed beyond 10 hours a day, rate will be 10 hrs and 100 km slab plus extra hours and km rate will be applicable In case journey performed exceeds 12 hours per day, the rate applicable will be slab rate of 10hours and 100km plus repeat of slab rates depending upon hours run Actual charges will be reimbursed for toll gate fee/inter state permits fee/airport entrance fee and parking fee, etc against submission of bills/receipts/documents` ii

A. CONDITIONS FOR ONLINE BID SUBMISSION Procedure for bid submission The bidder would be required to register on the e-procurement market place https://balmerlawrie.eproc.in and submit their bids online. The bidders shall submit their eligibility and qualification documents, Technical bid, financial bid, etc., in the standard formats prescribed in the Tender documents & displayed in e-procurement website. The bidders shall upload the scanned copies of all the relevant certificates, documents, etc in support of their eligibility criteria/technical bids in the e-procurement website. However, bulky documents need not be scanned and uploaded but physical copy of the same should be sent to our Manali, Chennai office so as reach before the due date and time of the tender. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. 1. Registration with e-procurement platform For registration and online bid submission bidders may contact HELP DESK of M/s C1 India P Ltd (Mr. Ritabatra, mobile no. 09748708094, e-mail : ritabrata.chakraborty@c1india.com, Mr Ujjal Mitra, Mobile No. 08986678058, e-mail : ujjal.mitra@c1india.com, Mr Rajesh kumar Mobile : 9650465143 e-mail rajesh.kumar@c1india.com) or they can register themselves online by logging in on the website https://balmerlawrie.eproc.in 2. 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 certificate need to obtain Digital certificate. They may contact help desk of C1 India P Ltd. 3. Submission of hard copies The bidder shall furnish the Demand Draft towards tender fees and EMD to the tender inviting authority before bidding so as to reach before the due date and time of the tender either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of the bidder. The company 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 blacklisting, 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 hardcopies submission to avoid any discrepancy. iii

4. Deactivation of bidders The offer of bidders failing to submit the Tender fees, EMD and hard copies of documents as required to the tender inviting authority on or before the stipulated due date & time will be rejected. 5. Tender documents The bidder is requested to download the tender documents 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 in the Tender terms by viewing the addendum/corrigenda issued by the Tender inviting authority on time to time basis in the e-procurement platform. The company calling for tenders shall not be responsible for any claims/problems arising out of this 6. Bid submission acknowledgement The user should complete all the processes and steps required for bid submissions. The successful bid submission can be ascertained once acknowledgement is given in the system through bid submission number after completing all the process 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 the documents for uploading, the bidders shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. a) Such uploaded documents pertaining to Technical bid need to be attached to the tender while submitting the bids on line. b) The bidders should furnish hard copies of all the uploaded documents. Disclaimer clause Neither the company (Balmer Lawrie & Co Ltd) nor the service provider is responsible for any failure or non submission of bids due to failure of internet or other connectivity problems or reasons thereof GENERAL 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 blacklisting, forfeiture of the EMD, cancellation of work and criminal prosecution. BL reserves the right to accept any tender in whole or split the order or reject any or all tenders without assigning any reason. iv

BL shall not be bound to accept the lowest tender and reserves the right to accept any or more tenders in part. Decision of BL in this context shall be final and shall be binding on the bidders. PRICE BID TO BE UPLOADED ON LINE ONLY SUBMISSION OF OFF LINE PRICE BID WILL DISQUALIFY THE BIDDERS PARTICIPATION IN THE TENDER. v

TENDER DOCUMENT (Excluding price bid) submission Your offline document (excluding price bid) shall comprise the following :- - A covering note in your letter head - EMD for Rs 10,000/- by DD - Annexure-1 duly filled in, signed with seal - Annexure-2 duly signed with seal in all the pages - Annexure-3 duly signed with seal - Annexure-4 duly signed with seal - Relevant copies of certificates/registration etc as per prequalification requirement. Your offline tender comprising all the above documents shall be kept in a sealed envelope superscribed as Unpriced Offer for Casual Taxi service and should reach the undersigned at our Manali office at the following address on or before 3 rd October 2015. Associate Vice President (HR)-SR Balmer Lawrie & Co. Ltd 32 Sattangadu Village, Manali Chennai 600068 Phone : 044-25946530, Fax : 044-25946539, e-mail : shyama.g@balmerlawrie.com For Balmer Lawrie & Co. Ltd J P Ambrose Associate Vice President (HR)-SR vi

Annexure I Balmer Lawrie & Co. Ltd (A Government of India Enterprise) TENDER REF : BL/HR-SR/Taxi/2015-17 DATED 10.09.2015 A. REQUIREMENT TENDER FOR PROVIDING TAXIS ON DAILY/CASUAL BOOKING BASIS FOR A PERIOD OF TWO YEARS TERMS AND CONDITIONS Balmer Lawrie & Co. Ltd intends to engage an agency for providing Indica, Ford Ikon, Ford Fiesta, Indigo, Lancer, Honda City, Toyota Corolla, Innova, Tavera. etc make vehicles on a daily/casual booking basis to meet the requirement of the various Divisions of the Company in Chennai operations. The details of the tender and other terms & conditions are given below :- The agencies who are technically qualified as mentioned in the qualifying requirement will only be considered for price bid opening. Evaluation of price bid will be based on overall L1 rate. Failure to quote for any item will render the quote invalid. OTHER TERMS 1. The Price bid will be opened if the tenderer is qualified in the Technical bid. All decisions of the company in this regard shall be final. The company reserves the right to reject all or any offer without assigning any reason whatsoever. 2. The company shall be the final authority to decide on the acceptance or rejection of an offer and or award of contract to a party or parties. 3. The tender is for a period of two years. The exact date of commencement of contract shall be decided based on the finalization of the contract. 4. The bidder should own vehicles in his/their/agency s name and should submit proof of ownership along with the tender by enclosing photocopies of the registration certificate 5. The vehicles offered for the Company s use against this tender should be year 2012 and above models only. vii

6. The rate quoted by the tenderer for the vehicles should be firm for a period of two years from the date of effect of the contract. However, in the event of any increase/decrease in diesel price on or after submission of tender/during the period of the contract, the same shall be allowed to reimburse/ recover in the following formula: When the diesel/petrol price increase beyond Rs.0.50 paise over the base rate existing on the due date of the tender, escalation/decrease will be calculated from the base rate itself at the rate of four paise per kilometer for every Rs.0.50 paise increase/ decrease in diesel/petrol price calculated.. The rate of Diesel / Petrol applicable at the time of submission of tender is to be indicated in the column provided in the Price bid. 7. The successful tenderer shall maintain with the company an interest free security deposit of Rs.50000/- (Rupees fifty thousand only) for the proper fulfillment and due performance by the contractor. The deposit may be made either by cash or Demand draft and will not bear any interest and will be refunded on satisfactory completion of the contract. 8. It will be the responsibility of the bidder to obtain permit etc for the vehicles from the appropriate authorities. He should also ensure that the road tax, insurance, tolls etc are paid on time and that no inconvenience is caused to the officials while the vehicles are operating for the company s work. 9. The insurance cover (including SRCC risk) for vehicles used by the company and that of the passengers traveling in the vehicles should be covered by the bidder at his own cost to the extent of liability provided in the Motor Vehicles act. The company reserves the right to ask the contractor to produce the documents for verification, if necessary. The Contractor shall be responsible for taking comprehensive insurance (unlimited) policy for covering the risks, damages and loss arising out of the use of the vehicles, which would not only include coverage for the Driver and the user of the vehicle/employee (s) of the company but also third parties who may lodge a claim for anything on account of any accidents. The company is not responsible for the insurance claim of any sort. In case of accidents to the third parties, it shall be the responsibility of contractor to initiate or defend legal actions arising out of the use of the vehicles and payment of compensation, if any, to the third party and others who have a valid legal claim arising out of the accident. viii

10. The successful bidder(s) on award of contract (the contractor) shall make his/their own arrangements for filling of fuel, lubricants and to check the condition of the vehicles before commencing the services. 11. Kilometer and time shall be calculated from shed to shed. 12. Trip sheets (details of time/km and destinations) have to be strictly maintained and the signature from the passengers must be obtained on each trip sheet. 13. Actual charges will be reimbursed for toll gate Fee/inter State permits fee/airport entrance fee and parking fee etc. against submission of bills/receipts/documents. 14. The agency shall inform the user the contract name and mobile number of the driver and the vehicle number atleast 1 hour in advance through SMS or phone. GENERAL TERMS AND CONDITIONS OF THE CONTRACT. 1. The successful bidder will be informed in writing regarding the award of the contract. 2. It shall be the responsibility of the successful bidder(s) who has been awarded the contract (the contractor) to ensure that type/model of vehicle is made available on time at specified locations as per instructions communicated to them either orally by telephone or in writing by an authorized officer of the company as and when required. 3. Either party can terminate the contract by giving 2 months written notice. However, in the event of deterioration in the quality of service, about which the company will be the sole judge, the company reserves the right to terminate the contract immediately without giving any notice to the contractor. 4. The contractor shall ensure that the driver/person engaged by him for operating the services shall conduct themselves in disciplined manner and comply with all the rules and regulations applicable to outsiders while they are in the premises of the factory. They shall not be entitled to use any of the facilities available to the company s employees. The contractor shall make arrangements for the drivers deployed by him, facilities as necessary including food, tea/coffee etc. at his own cost and effort. ix

5. It will be the responsibility of the contractor to comply with all the statutory enactments and requirements relating to labour and workmen employed or engaged by him. He shall arrange to pay all contributions under the ESI Act, Employees Provident Fund and miscellaneous provisions act etc and shall comply with all the other statutory obligations and requirements. The contractor shall also indemnify the company from any claim, loss damage etc in respect of the contract awarded to him by the company. 6. The contractor shall be fully responsible for the successful completion of the contract as per the terms contained herein. Any contravention of the conditions will lead to termination of the contract and forfeiture of the security deposit. The contractor shall be responsible for all the consequences arising out of such terminations. 7. The punctuality of arrival of the contractor s vehicle at the specified address and time instructed by company s authorized official is of paramount importance to the company. 8. The Drivers of the vehicle should be equipped with mobile phone and in proper uniform 9. The payment of service charges will be made on a monthly basis for which the contractor should submit the bill to the company along with all supporting documents/trip sheets as may be warranted/called for. The company on satisfactory verification shall arrange for payment within 21 days of receipt of the bill. 10. The contractor shall have a minimum of 10 vehicles of year 2012 and above in his name/proprietor/agency 11. The company reserves the right to reject any or all offers without assigning any reason whatsoever x

ARBITRATION :- Any dispute or difference under this Contract shall be referred for adjudication at Kolkata to a sole arbitrator to be appointed by the Managing Director of Balmer Lawrie & Co. Ltd and the provisions of Arbitration and conciliation Act 1996 including any statutory modifications or enactment thereof shall apply to the arbitration proceedings. The fees of the arbitrator if any shall be paid equally by both the parties. The bidder shall sign these terms and conditions and should enclose the same along with the Technical bid as token of acceptance of the terms and conditions. Date Signature of the Tenderer (with seal) xi

Annexure 2 Balmer Lawrie & Co. Ltd TENDER REF : BL/HR-SR/Taxi/2015-17 DATED 10.09.2015 Tender for providing Taxis on Casual/Daily booking basis Name of the party Address in full for communication Telephone No Mobile No. Fax No E-mail address PAN No Service Tax Regn No Earnest Money Deposit : DD No Date Amount Date Seal & signature of the agency xii

Annexure-3 TENDER REF : BL/HR-SR/Taxi/2015-17 DATED 10.09.2015 LIST OF VEHICLES Sl No Type of vehicle Year of make Regn No Name of the owner Date Seal & Signature of the agency xiii

Annexure 4 TENDER ENQUIRY NO. BL/HR/SR/TAXI/2015-17 dtd 10.09.2015 CONDITIONS FOR TECHNICAL QUALIFICATION For the purpose of short listing, agencies are required to satisfy the following clause for being technically qualified. 1. Submission of EMD for Rs 10,000/- by DD 2. Possession of minimum 10 vehicles of year 2012 & above 3. Possession of PAN No 4. Possession of Service Tax Regn No. 5. Submission of copy of RC book for 10 vehicles Sl.Nos no 1 to 5 should be supported by documentary proof. xiv

TENDER ENQUIRY NO. BL/HR/SR/TAXI/2015-17 dtd 10.09.2015 PRICE BID Sl No Type of Time duration Approx no vehicle & distance no of trips pm Rate ------ ---------- ------------------------------ ----------------- ------ 1. INDICA 4 hours and 40 Km 5 2. INDICA 6 hours and 60 km 5 3. INDICA 8 hours and 80 km 5 4. INDICA 10 hours and 100 km 25 5. INDICA Per km for Additional km 6. INDICA Per hour for extra hour 7. INDICA Outstation trip rate per km 8. INDICA Outstation trip Driver batta per day 9. INDICA Outstation trip night halt charges 10. INDICA Outstation trip idling charges if vehicle does not cover min 225 km per day Including driver batta 5 11. IKON/INDIGO/ETIOS 4 hours and 40 Km 5 12. IKON/INDIGO/ETIOS 6 hours and 60 km 1 13. IKON/INDIGO/ETIOS 8 hours and 80 km 3 14. IKON/INDIGO/ETIOS 10 hours and 100 km 10 15. IKON/INDIGO/ETIOS Per km for Additional km 16. IKON/INDIGO/ETIOS Per hour for extra hour 17. IKON/INDIGO/ETIOS Outstation trip rate per km 18. IKON/INDIGO/ETIOS Outstation trip Driver batta per day 19. IKON/INDIGO/ETIOS Outstation trip night halt charges 20. IKON/INDIGO/ETIOS Outstation trip idling charges if vehicle does not cover min 225 km per day Including driver batta 5 21. FIESTA/LANCER 4 hours and 40 Km 5 22. FIESTA/LANCER 6 hours and 60 km 2 23. FIESTA/LANCER 8 hours and 80 km 3 24. FIESTA/LANCER 10 hours and 100 km 5 25. FIESTA/LANCER Per km for Additional km 26. FIESTA/LANCER Per hour for extra hour 27. FIESTA/LANCER Outstation trip rate per km 28. FIESTA/LANCER Outstation trip Driver batta per day 29. FIESTA/LANCER Outstation trip night halt charges 30. FIESTA/LANCER Outstation trip idling charges if vehicle does not cover min 225 km per day Including driver batta 1 xv

31. HONDA CITY 4 hours and 40 Km 1 32. HONDA CITY 6 hours and 60 km 2 33. HONDA CITY 8 hours and 80 km 1 34. HONDA CITY 10 hours and 100 km 2 35. HONDA CITY Per km for Additional km 36. HONDA CITY Per hour for extra hour 37. HONDA CITY Outstation trip rate per km 38. HONDA CITY Outstation trip Driver batta per day 39. HONDA CITY Outstation trip night halt charges 40. HONDA CITY Outstation trip idling charges if vehicle does not cover min 225 km per day Including driver batta 2 41. TOYOTA COROLLA 4 hours and 40 Km 1 42. TOYOTA COROLLA 6 hours and 60 km 2 43. TOYOTA COROLLA 8 hours and 80 km 1 44. TOYOTA COROLLA 10 hours and 100 km 2 45. TOYOTA COROLLA Per km for Additional km 46. TOYOTA COROLLA Per hour for extra hour 47. TOYOTA COROLLA Outstation trip rate per km 48. TOYOTA COROLLA Outstation trip Driver batta per day 49. TOYOTA COROLLA Outstation trip night halt charges 50. TOYOTA COROLLA Outstation trip idling charges if vehicle does not cover min 225 km per day Including driver batta 1 51. TAVERA 4 hours and 40 Km 1 52. TAVERA 6 hours and 60 km 1 53. TAVERA 8 hours and 80 km 2 54. TAVERA 10 hours and 100 km 2 55. TAVERA Per km for Additional km 56. TAVERA Per hour for extra hour 57. TAVERA Outstation trip rate per km 58. TAVERA Outstation trip Driver batta per day 59. TAVERA Outstation trip night halt charges 60. TAVERA Outstation trip idling charges if vehicle does not cover min 225 km per day Including driver batta 2 xvi

61. INNOVA 4 hours and 40 Km 1 62. INNOVA 6 hours and 60 km 1 63. INNOVA 8 hours and 80 km 2 64. INNOVA 10 hours and 100 km 2 65. INNOVA Per km for Additional km 66. INNOVA Per hour for extra hour 67. INNOVA Outstation trip rate per km 68. INNOVA Outstation trip Driver batta per day 69. INNOVA Outstation trip night halt charges 70. INNOVA Outstation trip idling charges if vehicle does not cover min 225 km per day Including driver batta 2 71 RATE OF DIESEL PER LITRE IN RUPEES 72 RATE OF PETROL PER LITRE IN RUPEES xvii