BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION TECHNICAL / COMMERCIAL BID REPAIR & REFURBISING OF REEFER POINT AT CFS

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

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

BALMER LAWRIE & CO. LTD.

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

TENDER DOCUEMNTS FOR SUPPLY OF CONTAINER SEAL [ONE TIME LOCK]

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

Balmer Lawrie & Co. Ltd. Container Freight Station, [Chennai ] Tender No : BLC/CFS/CCTV AMC/32

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta )

NOTICE INVITING TENDER. TENDER. NO.: CFS-KOL/Customs Room DATE

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

e- TENDER NO: BL/CFS-KOL/Transport Empty Container/17-18 TECHNICAL / COMMERCIAL BID Tender Document for

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

BALMER LAWRIE & CO. LTD. LOGISTICS INFRASTRUCTURE Temperature Controlled Warehouse Mobile No ,

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

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

Ref. No: NIEPMD/ESTATE 6(9)/

e-tender No.: BL/CFS-KOL/Narrow Aisle FLT On Hire/15-16 TECHNICAL / COMMERCIAL BID Tender Document for

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

interruption from one source to another source and viceversa;

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM]

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

SYNDICATEBANK: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120)

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

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

NOTICE INVITING TENDERS

Tender Notice for security services

UNIVERSITY OF ALLAHABAD

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

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

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

Software Technology Parks of India Noida

TELEPHONE: (5 LINES) FAX: TENDER NO : T-14/14-15

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Split Air Conditioner and Stabilizer At

BANK OF INDIA, AHMEDABAD ZONE

TENDER DOCUMENT up to Hrs. submission of Tender Date of opening of Tender at Hrs.

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

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

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Notice Inviting Tender.

TENDER ENQUIRY NO. BCL / PUR / KSR / CABLES/CW&AW/2019 Dated Due on Cable Specification Make Qty. Reqd.

LIMITED TENDER ENQUIRY

ALLAHABAD BANK (HO: 2, N.S.Road, Kolkata) NOTICE INVITING TENDER

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

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

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta )

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

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

TENDER FOR SALE OF CARGO OF PULSES (Green Moong)

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

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

NOTICE OF INVITATION TO TENDER. 5. Regional Office, Coimbatore.

TENDER AIR CONDITIONING WORK OF JALNA BRANCH, BANK OF BARODA AURANGABAD REGION.

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

ICSI HOUSE, C-36, Sector-62, Noida

INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI Tender No: 26/ /Supply

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

West Bengal Tourism Development Corporation Limited

A. Scope of work: Supply of Coal Tar Sheet (Underground pipe wrapping sheet) as per the specifications provided at page no. 7 & 8. Qty: 100 Sq. Mtr.

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

Tender. for. Supply & Installation of the Portable Autoclave Machine. Indian Institute of Technology Jodhpur

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

TENDER NOTICE. The bidder may inspect the site on any working days during working hours before submission of their offers.

SATYAJIT RAY FILM & TELEVISION INSTITUTE E. M. Bypass Road Panchasayar Kolkata TENDER NOTIFICATON

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

CCI/GNT/ ADM / S.G/ / Date: SHORT TENDER NOTICE FOR ENGAGEMENT OF SECURITY GUARDS ON CONTRACT BASIS FOR GODOWN SECURITY.

ICSI HOUSE, C-36, Sector-62, Noida

EMPLOYEES STATE INSURANCECORPORATION SUPER SPECIALITY HOSPITAL SANATHNAGAR, HYDERABAD

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year

APHMEL/PUR/FMT/1:A Phones: , , TIN: Fax : E Mail : INVITATION FOR TENDER

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

MCED KOLHAPUR MAHARASHTRA CENTRE FOR ENTREPRENEURSHIP DEVELOPMENT 315/E DATTAJI CHEMBERS, NEAR HOTEL MARATHA REGENCY, NEW SHAHUPURI KOLHAPUR

Appointment of NGO/Agency

CENTRAL UNIVERSITY OF RAJASTHAN NH-8 Jaipur-Ajmer, Bandarsindri, Kishangarh, Dist. Ajmer

ICSI HOUSE, C-36, Sector-62, Noida

Qty (Nos.) Total Oil to be filtered (Ltrs.) Description

NATIONAL INSURANCE ACADEMY BALEWADI, PUNE

Ref No: NITP/Proc/16-17/13 Date:

BALMER LAWRIE & CO. LTD.

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

TENDER FOR SALE OF DAMAGED CARGO OF PULSES (Toor Malawi/Green Moong/Yellow Peas)

INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI Tender No: 16/ /Supply

DR.S. & S.S.GHANDHY COLLEGE OF ENGG. & TECH., MAJURA GATE, SURAT

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

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

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

OFFICE OF THE CHIEF GENERAL MANAGER D I P K A A R E A P.O. Dipka, Distt. Korba (CG)

A. Scope of work: Supply of CPVC pipe, valve, rod & adhesive solution as per the list of requirements.

Transcription:

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION Page 1 [P-3/1 Transport Depot Road, Kolkata-700088. Phone No 24506816 /24506818, Fax No. 24498355 E-mail: paul.g@balmerlawrie.com] Tender No. BL/CFS-KOL/ Reefer Electricals/15-16 TECHNICAL / COMMERCIAL BID Tender Document for REPAIR & REFURBISING OF REEFER POINT AT CFS DUE DATE & TIME: [27 /05 /2015 AT 3.00 PM ]

Page 2 INDEX S. NO. PARTICULARS PAGE NO. 1 Index 2 2 Notice Inviting Tender 3 3 Scope of Work 4 4 Technical Specification/Special Conditions of Contract 5 5 General Terms and conditions 6 6 Declaration accepting terms & conditions by bidder 9 7 Particulars of the organization 10 8 Price Bid 11-12

BALMER LAWRIE & CO LTD. SBU-LI : CFS P-3/1, Transport Depot Road Kolkata-700088 Phone No. 2450-6816/24506818 Fax No.-2449-8355 E-mail No : paul.g@balmerlawrie.com Page 3 NOTICE INVITING TENDER TENDER.NO. BL/CFS-KOL/ / Reefer Electricals /15-16 DATE-00.00.2015 SUB: ELECTRICAL REPAIR & REFURBISHING INCLUDING REEFER POWER POINTS AT P-3/1,TRANSPORT DEPOT ROAD, KOLKATA-700088. Sealed tenders are invited from Company s Registered Electrical Contractors in Single Bid System as per Annexures containing Priced Part (Part-II) i.e. Schedule of Item and Unpriced Part (Part-I) comprises of General Terms & Conditions of the contracts and Technical Specifications/Special Conditions of contract. Part-I and Part-II of the tender must be submitted in single sealed envelope along with EMD of Rs.3000.00(MSMED certified organization are being exempted from EMD on furnishing the copy of MEMED Certificate). Your tender complete in all respect, should reach undersignors office in sealed envelope, latest by 3.00P.M of 27.05. 2015. The tender document as per enclosed Annexure as refered above may be collected from above office during working hours i.e. 10.00AM to 5.00 PM on Monday Friday and between 10.00AM to 1.00PM on Saturday. Rate quotation to clearly indicate all applicable taxes and duties and your offer complete in all respect should reach us by 3.00 PM on 27.05. 2015. The tender document detailing terms & conditions etc. may also be down loaded from our website www.balmerlawrie.com. The offer should be in a sealed envelope, super-scribing the Name & Tender Ref.No. and last date of submission. [ GAUTAM PAUL] SR.MANAGER[T & C] NOTE: 1. Tender through e-mail or Fax or is not acceptable. 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. Our Company reserves the right to cancel the tender/offers without assigning any reason whatsoever.

PART- I (Unprice Part) Page 4 SCOPE OF WORK Work covered in this tender document shall generally be as detailed in BOQ and outlined herein below. However, contractor shall be responsible to complete the work in all respects and in doing so provide/supply all facilities which may not be explicitly covered below /BOQ but nevertheless are required to complete the work envisaged with the exception of only such items as have been specifically excluded from contractor s scope. The successful tenderer shall have to undertake the following work I. The Scope of work of this tender consists of undertaking all the Repair Refurbishing & Restoration of all Reefer Power Points including supply of items as mentioned in BOQ at CFS Yard. II. Supply and laying/installation of Power cable as per BOQ for provision of uninterrupted supply of power to Reefer Points. III. Jobs are to be carried out primarily as per BOQ and providing all tools, gauges, equipments & machinery, labour, painting materials etc. as required for execution of job at our Container Freight Station, Kolkata, complying with all Terms & Conditions of the contract mentioned in this tender. IV. All tools etc.should be kept under their own custody and all scaffolding for materials lifting and workmanship shall be at the cost of contractor only. V. The Tenderer, at the Tenderer s own responsibility and risk is advised to visit and examine the Site of Work and its surroundings and obtain all information that may be necessary for preparing the Tender for entering into a contract and execution of the work. The costs of visiting the site shall be at the Tenderer s own expense.

Page 5 TECHNICAL SPECIFICATION/ SPECIAL CONDITIONS OF CONTRACT 1. Only experienced electrical team lead by licenced supervisor (Licence obtained from Directorate of Electricity or equivalent) should be engaged for executing the electrical jobs as per the schedule and under instruction of Engineer-In-Charge. 2. All work must be done in compliance with respective IS code of practice. 3. Only Gloster/ National or equivalent approved make of cable with IS stamp shall be supplied and installed. 4. GI pipe shall be of medium duty of TATA /JINDAL/BANSAL make only. 5. Job shall be carried out without hindrance to normal operation /functioning to business activity there. Job shall be carried out on working days as well as on Sundays and Holidays and no extra charges will be paid for the same. Necessary shut down shall be taken on Sunday only after prior consent from the department. 6. Contractor will be responsible for damaging any property of the company or stored materials/ containers and the cost of damage will be recovered besides suspension of work. 7. For undertaking the job, contractor shall take all precautionary measures for safety and security of their own materials as also keep his workman & labour team away from any materials and belongings of company lying in the open or covered space within the compound of the company.

GENERAL TERMS AND CONDITIONS 1. Eligibility Criteria For Techno-Commercial Bid a) Payment of Interest Free EMD of Rs. [3,000/-]. However, MSME/NSIC bidders are exempted from submission of EMD. b )The bidder must have PF registration. Page 6 c ) The bidder must have ESI registration. d) The Bidder must have Trade License. e) The bidder should not have been black listed in any of the PSU s or private organizations and a selfcertification to this affect would need to provided on contractor s letter head. The company may verify such certification and if found during such verification that the statement is not true, the bid of the party will be rejected without any further reference to them. 2. Submission Of Bids The bids must be submitted/ dropped in Tender Box in physical form in a single envelop along EMD within due date and time of the submission as mentioned in Tender Document. 3. Tender Opening Tender shall be opened after due date and time of submission. 4. Acceptance of offers 4.1 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. 4.2 Bids of any tenderer may be rejected if a conflict of interest is detected between the bidders and Balmer Lawrie at any stage. 4.3. Balmer Lawrie would like to place order for all the items of work as mentioned in the Price bid to a single contractor. The overall L1 status will be determined by looking at the total value quoted by the bidder based on the estimated quantity against a line item as given in the tender document multiplied by the rate quoted by the bidder. However, Balmer Lawrie also reserves the right to split the supply order between two or more agencies if necessary; such a step shall not form the basis for alteration of rates 4.4 Balmer Lawrie is not bound to accept the lowest rate for any tender. Balmer Lawrie also 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. 4.5 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. 5. Negotiations a. Balmer Lawrie reserves the right to negotiate with the Tenderer. 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. b. 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 whichever is earlier. If the Tenderer fails to comply with this requirement Balmer Lawrie reserves its right to ignore their quotation at its discretion and proceed to finalise the tender. 6. Price Variation 6.1 The price should be firm and irrevocable 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. 6.2 The quoted rates shall be kept valid for acceptance for a minimum period of 120 days from the last date for submission of tender. 7. Notification of Award Prior to the expiration of the period of Bid validity, BL will place purchase/work order or letter of intent on the successful bidder(s). Page 7 8. EMD The bidder should submit Earnest Money of Rs. 3,000/- (Rupees Three 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 withdraws its offer within validity of the offer, Balmer Lawrie will be at liberty to forfeit the Earnest Money Deposit. While,EMD of unsuccessful bidder shall be refunded without interest after finalisation of the contract, EMD of successful bidder shall be refunded after job is complete in all respect. 9. Payment Terms Payment will be made within 15 days from the date of submission of bills after completion of the job in all respect provided the same are correct in all respect and certified by authorized representative of the Company. Appropriate tax [if applicable] like Income tax, Works contract tax and statutory charges, if any will be deducted from the bills as per statutory regulations.. 10. Rate Rates to be quoted as per Price Bid Schedule attached. Rates quoted shall be inclusive of all duties & charges except for Service Tax which shall be paid by BL extra as applicable and as per Govt. norms from time to time. The rate should be kept firm during the period of contract. 11. Contract Period The entire job shall be completed in 4 weeks time after our handing over the site. However, the cable works as per item -1 and item-11 shall be completed with 5 days of placing Work Order/LOI.

12. Material Inspection & Measurement: All materials prior to use shall be subject to inspection, approval and measurement wherever applicable by representative of the company. Party has to confirm the compliance of the same in writing. 13. Insurance The contractor should take necessary insurance for their equipments but not limited to third party liability. It is further clarified that in case of any accident through their equipments, the contractor shall be liable to BL or any third party for any loss/damage for cargo or person. A copy of such policy is required to be provided to BL-CFS. 14. Labour Law The Contractor shall comply with all the provisions of all labour legislations of the State/Central Government or any competent authority as applicable in respect of all men/women employed by them in executing the contract. The contractor shall be responsible to defend cost and expenses whatsoever arising out of any failure on the part of contractor to comply with all or any of the Acts and Regulations, of all actions, proceedings, claims, demands, cost and expenses whatsoever arising out of or in connection with the matters referred to in this tender. Coverage of ESIC/WC for operator/helper to be undertaken by contractor copy of which is to be provided to BL-CFS, failing which BL will deduct at the applicable rate of ESI contribution from contractor s bill and the same will be deposited with the concerned Authority. Contractor shall be responsible to settle all the disputes with Workmen engaged by them. Contractor shall indemnify and absolve the Company of all responsibilities related to employment condition of their employees and should adequately safeguard Company against any possible IR problems including related to employment. Notwithstanding the above the contractor should adhere to all employment regulations such as Minimum Wage Act, Workmen Compensation Act, Contract Labour (Regulation & Abolition) Act, Provident Fund Act, Gratuity Act, Employees State Insurance Act, Bonus Act and/or any other legislation as is in force and as applicable in respect of this tender, etc. The Company will not have any liability towards employment, remuneration or compensation in whatsoever manner against demand made by the employees of the contractor and such demand be settled by the contractor directly. Contractor will ensure that the services rendered is discharged without any hindrance and blockage and no other charges/demand for payment are levied on the Company for the services rendered other than the fixed rates as covered in this tender. 15. Liability & Ensuring Safety The Contractor will be fully responsible for ensuring safety of lives, cargo, vehicles, property and containers within Balmer Lawrie CFS yard. Any damage to any life and/or property inside the CFS yard due to negligence/mishandling of equipment by the Operator and /or malfunctioning of the equipment would be to the account of the contractor. It is mandatory that necessary 3 rd party insurance cover is kept valid by the contractor for the equipments operating inside the CFS. Page 8

16. Force Majeure Conditions: Delivery schedule is subject to force majeure conditions as under: 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, strikes, lock outs or acts of God (hereinafter referred as "events") provided notice of the happening of any such events is given by either party to the other within twenty one days from the date of occurrence thereof, neither party shall by reasons of such event, be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non performance or delay in performance. Deliveries under the contract shall be resumed as soon as practicable. Page 9 17. Arbitration Any dispute or difference arising under this Contract shall be referred for adjudication at Chennai to a Sole Arbitrator to be appointed by the Chairman & Managing Director, 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 shared equally by both the parties. D E C L A R A T I O N Having examined the tender documents, we have understood the terms & conditions indicated in the e-tender No. BL/CFS-KOL/ Reefer Electricals/15-16 and hereby confirm our acceptance of the same. Place : Date : Signature of Tenderer Name & Address Telephone Nos. Office: Fax Nos. :

PARTICULARS OF THE TENDERER S ORGANISATION Page 10 S. No Description Tenderers Details 1 Name of the Tenderer 2 Address of the Registered Office 3 Address of the branch / office quoting against the Tender 4 Year of commencement of business 5 Whether Sole Trader/ Partnership /LLP/ Private Limited Co., or Public Limited Co. 6 Registration No. (Under companies Act ) 7 Whether copy of Incorporation /Registration certificate from ROC(Registrar of company) uploaded 8 Income Tax PAN no. 9 Whether copy of PAN enclosed 10 Whether copy of latest Income Tax Return uploaded 11 Service Tax Registration. No. 12 Whether copy of Service Tax Registration certificate Uploaded 13 Name of the Banker 14 Whether registration under MSMED act 15 In case registered under MSMED provide registration number and copy of registration certificate.

PART-II BOQ (Price Bid) Sl.No Description Qty Unit Rate (Rs) SUPPLY ITEMS Supply of 120sq.mm, 4-Core, 1.1 KV Grade 150 Mtr. 1, PVC armoured aluminium conductor cable for connection from LT DB Control Panel to Reefer Power Point Bus Bar 2 Supply of 100Amp Panel mount Switch of 1 No L & T or equivalent to match with our LT Panel provision 3 Supply of 100Amp 4-Way connector as per existing model. 4 No. 4 Supply of 100Amp Fuse Holder L & T 6 No. 5 Cost for supply of 120Sq.mm best grade of 24 No. Ring Socket 6 Supply of 24 long 100Amps, 4 pole wall 1 No. mounting type busbar chamber complete with 25mm X 3 mm copper busnbar. 7 Supply of Steel/GI(Medium Duty) of 15 Mtr adequate bore for passing of the 120Sq.mm Cable through this pipe at road crossing part of the cable. 8 Supply of following including Fabrication 3 Set of outdoor type sheet metal feeder panel box complete with powder coated paint comprising:- a) 1 set. 100Amp. TPN busbar chamber. b) 2 Nos. ML-3 Starter DOL. c) 2 Nos. 32Amp.4 pole MCB. d) 2 Nos. 32Amp.DP MCB e) 2 Nos. 32Amp.3 pin & earth IC socket. f) 2 Nos. 32Amp.2 pin & earth IC socket. g) 1 Set. Internal wiring. 9 Supply including Fabrication of outdoor 4 type sheet metal feeder panel box complete with powder coated paint comprising to accommodate components from (a) to (g) of item-8 above dismantled from old Reefer Boxes. SUB TOTAL FOR SUPPLY ITEM TAXES Amount Page 11

Sl.No Description Qty Unit Rate (Rs) INSTALLATION WORKS 10 Cost of dismantling of old Reefer Plug box, 8 Nos. keep all starter, Bas bar, MCBS, Sockets etc. in safe custody of BL and then after fixing of item-6, install including all internal wiring to re-commissioning the refurbished Reefer Panel. 11. Laying/ fixing partly in trench/pipe & partly 150 Mtr in wall of 120 Sq.mm, 3-1/2 core, 1.1 KV grade,aluminium conductor, PVC armoured cable including supply & fixing of MS angle, clamps, brackets as required for horizontal support at brick/concrete wall etc. 12 Fixing of Fabricated outdoor type sheet 6 Set metal feeder panel box including mounting and connections of existing accessories. 13 Excavation of Bituminous road upto 500mm 15 Mtr and laying of required dimensional pipes for passing 120Sq.mm power cable 14 Cost of Installation for item-2 1 No. 15 Cost of Fixing of item-3 1 No. 16 Cost of Installation for item-8 SUB TOTAL FOR SUPPLY ITEM TAXES Amount Page 12