TENDER ENQUIRY. Sub: Balmerol Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /Stock points

Similar documents
TENDER ENQUIRY. Tender No. : ARL/CE/05/15-16 Date : 21/08/2015. Due date : 15/09/2015, Time : 17:30 IST. : Supply of Automatic Flash Point Tester

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

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

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

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

Salt Spray Chamber as per the specification,general terms & conditions, and

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

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

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

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

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

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

No.11016/2/2008-AIS-1I Government of India Ministry of Personnel, Public Grievances and Pensions Department of Personnel and Training

SBU : Greases & Lubricants P-43, Hide Road Extension, Kolkata India NOTICE INVITING TENDER. 5. Item : Lithium Hydroxide Monohydrate

Mizuho Bank, Ltd. Cheque Collection Policy. Revised on Sep. 2017

POWER GRID CORPORATION OF INDIA LIMITED (A Govt. of India Enterprise)

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

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

TRIPURA NATURAL GAS COMPANY LIMITED

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

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

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

OFFICE OF THE COMMISSIONER OF CENTRAL EXCISE CHENNAI II COMMISSIONERATE 692 MHU COMPLEX NANDANAM CHENNAI-35. Trade Notice No: 8/2004 Dated:.1.

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

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

Indian Oil Corporation Limited

Central Depository Services (India) Limited

Q1 FY18 Investor Update

Q3 FY18 Investor Update

Q4 FY18 Investor Update

Q2 FY16 Investor Update

Q4 FY16 Investor Update

QUOTATION ENQUIRY HOSTEL FURNITURE

BALMER LAWRIE & CO. LTD.

Q3 FY16 Investor Update

Date : 17/07/2018 Tender Notice

Central University of Orissa

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

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

NOTE: SEALED TENDER DULY COMPLETED BE DROPPED IN THE RELEVANT TENDER BOX MARKED FOR PUBLICITY AVAILABLE AT HANDLOOM HAAT.ROOM NO.

NOTES FOR INFORMATION AND GUIDANCE OF APPLICANTS Candidates are advised to carefully read, understand and follow the

Bharat Petroleum Corporation Limited (A Govt. of India Enterprise)

Bharat Petroleum Corporation Limited (A Govt. of India Enterprise)

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

E.M.D. Rs. 3255/- Tender Fee Rs. 500/- Start date Dt. 29/02/16 Last Date of

Request for proposal (RFP)

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

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

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

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

TECHNICAL OFFER (ENVELOPE I)

(Regd. Office: 21, N.S.Road, Kolkata ) Tender Ref: SBULC/CAP/11/MOISTURE ANALYZER/049/1718 Dated: Due date:

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

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

AREA OFFICES. August, 2009 BUSINESS CENTRE. 4th Floor, Industrial Assurance Bldg., Opp. Churchgate Station, Mumbai Tel. : /

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

TELANGANA POWER GENERATION CORPORATION LIMITED-CE- HPC & HYDEL -PROJECTS

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMRIDDHI BHAWAN, 1, STRAND ROAD, KOLKATA

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

Life Insurance Corporation of India

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-6/15-16/BBMC-O

Industrial Extension Bureau

Bank Note Paper Mill India Private Limited, Mysore

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

TENDER DOCUMENT TENDER FOR THE SUPPLY AND INSTALLTION OF GLOW SIGNAGE BOARDS FOR TACTV S CONTROL ROOMS/DISTRICT OFFICES ALL OVER TAMIL NADU.

SBU Industrial Packaging, 5, J. N. Heredia Marg, Ballard Estate, Mumbai , India Tel. No Fax No.

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

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

CRFQ No E - TENDER No. : 16507

(A Government of India Undertaking)

(Web Advertisement) TENDER NOTICE

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

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

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

LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA

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

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

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

Sahara Surakshit Pariwar Jeevan Bima (Micro Insurance Product) (UIN 127N032V01) Welcome to Sahara Life Family

IDBI BANK Limited. Prequalification for Empanelment of Converters

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

e-tender Providing and fixing Modular Partition & Roller curtain Important Information: BID FORM for Procurement of

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

TENDER NOTICE FOR E-REVERSE AUCTION

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

BALMER LAWRIE & CO. LTD. 5, J N Heredia Marg, Ballard Pier, Mumbai. Pin code

STATE BANK OF INDIA ZONAL OFFICE, SILIGURI 3RD FLOOR, SKY STAR BUILDING SEVOKE ROAD, SILIGURI WEST BENGAL

Transcription:

TENDER ENQUIRY Tender No. : GLK/TE16/317 Date : 24-12-2016 Due date : 03-01-2017 Time : 17:30 hrs IST Sub: Balmerol Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /Stock points Online Offers are invited from registered Vendors for Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /Stock points as per the specification, General terms & conditions, and Price Schedule attached in Annexure-A, B, C & D respectively. You are requested to submit your competitive offer complete in all respect furnishing above details to us on or before the due date and time. Thanking you, Yours faithfully, For Balmer Lawrie & Co. Ltd. (Abhishek Tiwari ) Sr. Manager (Brand) Encl.: As above

Annexure- A Details technical specifications for Balmerol Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /C&F points are given below: BIDDERS ARE ADVISED TO STRICTLY CONFIRM COMPLIANCE TO ALL TENDER CONDITIONS WITHOUT ANY DEVIATION / CONDITIONS IN THEIR OFFER. SUBSEQUENT TO BID SUBMISSION, BALMER LAWRIE MAY NOT SEEK CONFIRMATIONS / CLARIFICATIONS AND ANY /ALL BID(S) NOT IN LINE WITH TENDER CONDITIONS WILL BE LIABLE FOR REJECTION. Job Name: Balmerol Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /Stock points. Technical Specifications: Back Lit Signage s for BL Authorised Distributor and BL C&F Stock points. S.No Region QTY 1 EAST 44 2 WEST 38 3 NORTH 48 4 SOUTH 30 Type of Board Back Lit Signage Back Lit Signage Back Lit Signage Back Lit Signage Size Custamised (Average 32 sqft.) Custamised (Average 32 sqft.) Custamised (Average 32 sqft.) Custamised (Average 32 sqft.) Locations Kindly Refer Annexure :A1 Kindly Refer Annexure :A2 Kindly Refer Annexure :A3 Kindly Refer Annexure :A4 Detail Scope of Work:

1. Reccee taking measurement for the branding at the various BL Distributor s and C&F location as per attached Annexure A1/A2/A3/A4 2. Communication of the sizes to BL for approval. (Before printing/installation taken approval from BPC Department for Design/Size.) 3. Printing, Mounting & fabrication of the above mentioned branding material as per the custamised size and name. (Local Language- wherever applicable) 4. Transportation to the required BL Distributor Point/C&F point locations. 5. Installation at site 6. Providing photograph as a proof of installation at the BL prescribe format (Annexure A5) to BL Timely Execution is the essence of this contract and you will make every effort to ensure that the same is adhered to. The total work should be executed at respective locations within 21 days from the date of Purchase Order. Signage Specifications with power saving solution for Back-lit Signage Use Flex minimum 18 ounce Brand Star & Equivalent with Fascia Material Approved Design By Balmer Lawrie (BPC) Department. Sign Cabinet Electrical & Accessories 1) MS square pipe of 1 x 1 cross section & 18 gauge thickness & MS square pipes along with 1 x 1 cross Section & 18 gauge thickness as stiffeners. 2) The Box frame has to be covered from all side top/bottom/right/left side with 24 gauges & back side covered with 26 gauge thick GI sheet. Brand of GI sheet : Jindal/Bhushan/ ISI Marked or Equivalent 1. 1 tube light for every 4 sq.ft. Along the length of the sign. 2. Tube light has to be of Philips / Wipro / Osram / Bajaj Or Equivalent. 3. Overlap between 2 tube lights must be minimum 75 mm to prevent dark bands. 4. Copper ballast Philips / Wipro / Osram / Bajaj make only. 5. ISI mark insulated wires to be used for connections. Other Terms & Conditions: PRICE : 1. Your offered price should include all the cost heads as per the above mentioned requirement and should be given as a cost (All Inclusive) as per the specs mentioned above.

2. Reccee & Transportation cost will have to be included in the above Cost. Balmer Lawrie & Co. Ltd. Will Not Pay any extra cost for Reccee/travel/Transportation/Lodging etc. except the Statutory Taxes/Levies which should be charged extra. 3. Adaptation of creative provided to the size and name writing of the outlet and taking approval of the same for printing. 5. Endorsement of the Local BL Distributor/Local BL Sales Representative for the job executed. NOTE: A. Our Distributors and Local sales representatives will help the agencies to organize the reccee and measurement & addresses of the locations as mentioned above at local level. B. The Agency can quote for one or more Region / entire List as mentioned in the Annexure- A1 to A4.The Company reserves the right to reduce the number of locations to be branded depending on cost implications and availability of locations to be branded.

Annexure- A1 Detail of Locations

Region State Location Total Guwahati 1 Darjeeling 1 Assam Guwahati 1 Assam Total 3 Patna 1 Araria 1 Begusarai 1 Darbhanga 1 Khagaria 1 Muzzaffarpur 1 Nalanda 1 Patna 2 Bihar Siwan 1 Bihar Total 10 Raipur 3 Jagdalpur 1 Raigarh 1 Chattishgarh Raipur 1 Chattishgarh Total 6 Boakro 1 Dhanbad 1 Jamshedpur 2 Jamshedpur 1 Jharkhand Ranchi 1 Jharkhand Total 6 Barbil 1 Chakradharpur 1 Cuttack 1 Jhrasuguda 1 Rourkela 1 Orissa Cuttack 1 Orissa Total 6 Hoogly 1 Jalpaiguri 1 West Bengal Kolkata 9 West Bengal Bamudanga 1 Kolkata 1 West Bengal Total 13 East East Total 44

Annexure- A2 Detail of Locations Region State Location Total Ahmedabad 3 Amreli 1 At: Kalol 1 Bhuj 1 Gandhidham 1 Gujarat Gandhinagar 1 Jamnagar 1 Rajkot 1 Surat 2 Vadodara 1 Valsad 1 Veraval 1 Gujarat Total 15 Madhya Pradesh Gwalior 1 Indore 2 West Madhya Pradesh Total 3 Ahmednagar 1 Akola 1 Chakan, Pune 1 Chandrapur 1 Ichalkaranji 1 Jalna 1 Maharashtra Kolhapur 1 Mumbai 2 Nagpur 2 Navi Mumbai 1 Panchavati, Nasik 1 Pune 5 Solapur 1 Thane 1 Maharashtra Total 20 West Total 38

Annexure- A3 Detail of Locations

Region State Location Total CHANDIGARH CHANDIGARH 1 CHANDIGARH Total 1 FARIDABAD 1 Gurgaon 1 Haryana Hisar 1 Kaithal 1 Rohtak 2 Haryana Total 6 J&K JAMMU 1 J&K Total 1 New Delhi New Delhi 3 New Delhi Total 3 Jalandhar 1 Punjab Ludhiana 1 PATIALA 1 Punjab Total 3 Jaipur 1 Alwar 1 Beawar 1 Bhilwara 2 Bhiwadi 1 Rajasthan Ganganagar 1 Jaipur 2 Jodhpur 2 Kota 1 Sikar 1 Udaipur 1 Rajasthan Total 14 UA Rishikesh 1 UA Total 1 Agra 1 Ghaziabad 2 Gorakhpur 1 Jhansi 1 Kanpur 1 Khadia 1 MUZAFFARNAGAR 1 Varanasi 1 UTTAR PRADESH BAHRAICH 1 BALLIA 1 BASTI 1 CHITRAKOOT 1 KABRAI 1 MIRZAPUR 1 RAIBARELLY 1 ROBERTSGANG 1 SANT KABIR NAGAR 1 UTTAR PRADESH Total 18 Uttarakhand Roorkee 1 Uttarakhand Total 1 North North Total 48

Annexure- A4 Detail of Locations Region State Location Total Guntur 1 Andhra Pradesh Hyderabad 1 Vijayawada 2 Andhra Pradesh Total 4 Bangalore 3 Belgaum 1 Karnataka Gulbarga 1 Hospet 1 Mysore 1 Karnataka Total 7 Kerala Cochin 1 Kerala Total 1 Pudducherry puddu cherry 1 Pudducherry Total 1 Chennai 1 Erode 1 Madurai 1 South Nagercoil 1 Namakkal 1 Tamilnadu Ranipet 1 Salem 1 Tirunelveli 1 Chennai 1 Erode 1 Chennai 1 Coimbatore 1 Tamilnaidu Total 12 Telangana Hyderabad 1 Karimnagar 1 Telangana Total 2 Hyderabad 1 Telangana/AP Secunderabad 1 Vijayawada 1 Telangana/AP Total 3 South Total 30

Annexure B General Terms & Conditions 1. Before filling up, the complete Tender Specification should be read properly. If the tenderer find any discrepancy, omission, ambiguity or conflict in or among the documents forwarded or be in doubt as to their meaning, specification and interpretations, such matter shall be brought to the attention of the company (Balmer Lawrie& Co. Ltd.), at least four days in advance, prior to the date of filling/submission of the Tender. For clarification required, if any, please contact Shri. Abhishek Tiwari, Balmer Lawrie& Co. Ltd. P-43 Hide Road Extension, Kolkata-700088 Tel. No. 033 2450 5405 Fax No. 033 2439 2277 E-Mail : tiwari.abhishek@balmerlawrie.com 2. Bid Evaluation Criteria: (a) Bidder should be Registered Vendors with BL. (b) Submit at least 2 PO of similar type of Job work. (c) Bidder should adhere to the technical specification in Annexure- A & submit a self declaration of technical specification on his letter head. 3. Submission of tender will be the conclusive evidence as to the fact that the tenderer has fully satisfied themselves as to the technical specification, General terms & conditions and all other factors, affecting the performance of the contract and the cost thereof. 4. Please note that bid of any bidder may be rejected if a conflict of interest between the bidder and the Company is detected at any stage. 5. Right of acceptance / Rejection: BL reserves the right to accept/reject any or all offers without assigning any reasons, whatsoever. Telex/Telegraphic/Fax offers shall not be accepted. The company will not accept any responsibility for any delay in uploading of bids in e-procurement website. 6. Delivery Time Schedule: -The delivery should be made within 21 days from the date of issue of Purchase Order (PO) or LOI whichever is earlier at site execution and insure the work need to begin a parallel and

simultaneously in all the four region. It is the duty of the short listed agency to provide efficient and educated manpower in the all the locations for the smooth execution without any delay. 7. Quality & Quantity of the material: Quality of the signage supplied should be as per standard given in Annexure A. BL reserves the right to change the no. of signages in the region at any point of time. The items should be free of material defect and should be in good condition during delivery. BL will not accept any poor quality or non adherence to specifications during delivery. 8. Submission of Tender/Bid: Bidders are requested to kindly visit our e-procurement website: https://balmerlawrie.eproc.in for the same. Bid shall also be uploaded in pdf format after filling in the appropriate data in hard copy duly signed & scanned. Bidder may bid for all the regions or may bid for only one region. Only EMD is to be submitted in hard copy in a sealed envelope on or before the due date superscripting the envelope with tender no. date & due date should reach at our works at Balmer Lawrie & Co. Ltd., P- 43, Hide Road Extension, Kolkata-700088 within the due date and time to the attention of Shri Abhishek Tiwari. 9. EMD/SD: -The tenderer will be required to pay a sum of Rs. 6,000.00 (Rupees Six Thousand only) as earnest money deposit (EMD) along with the tender by a single a/c payee pay order / demand draft on a schedule bank in favour of Balmer Lawrie & Co. Ltd., payable at Kolkata. The EMD of successful bidder will be converted to 'Security Deposit (SD)' and will be returned after successful supply and installation and submission of performance bank guarantee (PBG) till the end of guarantee period in the final bill. The EMD of unsuccessful bidders shall be returned back after finalization of the tender. No interest will be paid against EMD & SD Tenders submitted without EMD shall be rejected. Tenderer (s) belongs to SSI/NSIC are not required to pay any EMD/SD but they have to provide valid proof of their SSI/NSIC status. 10. Placement of Order: Purchase order will be based on L1 rate as per the specifications. If two or more L1 rates are quoted than the only L1 bidders will be asked to resubmit their bids in sealed envelope and hard copy within 48 hours. 11. Jurisdiction: - All disputes are subject to Kolkata jurisdiction.

12. Payment terms: (i) 100% on 30 days credit after successful supply/services & delivery of complete and submission of bill along with all taxes and duties as applicable. (i) EMD shall be kept as retention money & will be released after Completion of guarantee period without any interest or against submission of Performance bank guarantee. 13. Liquidated damages: - a) Vendor shall be liable to pay liquidated damages for the following: Failure to deliver the material as per PO and delivery schedule. In such case, vendor shall be liable to pay liquidated damages @ 0.5% of PO value per week or part thereof subject to a maximum of 5.0%. b) If any damage is caused to the property and/or machinery (including its any part) of Balmer Lawrie& Co Ltd., directly and/or indirectly incidental to and connected with the execution of the work, the loss shall be assessed by BL and vendor shall be liable to indemnify the value of such damaged property and/or machinery. 14. Delivery Location, working days & hours: - The delivery on site as per given locations Annexure A-1: 15. Factory Rules: - Supplier personnel have to abide by the Balmer Lawrie & Company, Greases and Lubricants, Kolkata factory rules and regulations. 16. Offers & Enclosures: The offers submitted by the all the tenderers will be non-returnable and shall be the property of BL even in the case of unsuccessful bidders. However BL shall maintain the confidentiality for the submitted documents. 17. Validity period of the offer: The period of validity of the quotations should not be less than 90 days from the due date of the tender. 18. LIMITATION OF LIABILITY: Notwithstanding anything contrary contained herein, the aggregate total liability of Seller under the agreement or otherwise shall be limited to 100% of order Price. However, neither party shall be liable to the other for any indirect and consequential damages, loss of profits or loss of production.

19. Force Majeure: Shall mean and be limited to the following (a) War / Hostilities (b)riot or Civil Commotion (c) Earthquake, flood, tempest, lighting or other natural disasters (d) Restrictions imposed by the Government or other statutory bodies which prevents or delays the execution of the Contract by the Seller. The Seller shall advise Purchaser/Consultant by a registered letter duly certified by the local Chamber of Commerce or statutory authorities, the beginning and end of the above causes of delay within seven (7) days of the occurrence and cessation of such Force Majeure conditions, In the event of delay lasting over one month, if arising out of causes of Force Majeure, Purchaser reserves the right to cancel the Contract and the provisions governing termination stated under Article 28 above shall apply.for delays arising out of Force Majeure, the Seller shall not claim extension in completion date for a period exceeding the period of delay attributable to the causes of Force Majeure and neither Purchaser nor Seller shall be liable to pay extra costs provided it is mutually established that Force Majeure conditions did actually exist. Seller shall categorically specify the extent of Force Majeure conditions prevalent in their works at the time of submitting their bid and whether the same have been taken into consideration or not in their quotations. In the event of any Force Majeure conditions, the Seller or the Purchaser shall not be liable for delays in performing their obligations under this order and the delivery dates will be extended to the Seller without being subject to price reduction for delayed deliveries, as stated elsewhere. 20. RESOLUTION OF DISPUTES / ARBITRATION All disputes or difference whatsoever that shall at any time arise between the parties relating to execution of this Contract/Purchase order shall be referred to the Sole Arbitrator appointed by the Chairman and Managing Director of BL, Kolkata whose award shall be final & binding on both the parties. The contract shall deem to have been entered at BL, and all suits in respect of this contract shall be under the jurisdiction of the court in Kolkata. 21. Tender for registered approved vendors only: The Responses/offer from registered/approved vendors alone will be accepted and that other interested vendors have to register with the unit (Greases & Lubricants, Kolkata) and subject to such registration being confirmed, they would be considered for the subsequent Tenders.

Annexure- B1 Price Bid Sl No. Item Description Balmerol Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /C&F points East in Approx Sq.Ft Balmerol Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /C&F points West in Approx Sq.Ft Balmerol Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /C&F points North in Approx Sq.Ft Balmerol Back Lit Signage s for Balmer Lawrie (BL) Authorised Distributor of BL /C&F points South in Approx Sq.Ft Remarks 1 Quantity (Sqft.) 1408 1216 1536 960 ± 10% each region 2 Per Sqft. rate ( ) (inclusive reccee/installation, Mounting/Printing)

3 CST ( ) Write % and CST will be FULL CST 4 VAT ( ) Write %age 5 Total Price ( ) Bidder need to submit prices in E-bid only & upload all necessary documents along with tender document and annexures duly signed as an acceptance of terms and conditions Annexure: D Conditions for Online Bid Submission 1. 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 below. The bidder would be required to register on the e-procurement market place at https://balmerlawrie.eproc.in and submit their bids online. No offline bids shall be entertained by the Tender Inviting Authority. 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 web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., if required, in support of their eligibility criteria/technical bids 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 the Tender Inviting Authority 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 with e-procurement platform: For registration and online bid submission bidders may contact HELP DESK of M/s C1 India Pvt., Ltd., or they can register themselves online by logging in to the website https://balmerlawrie.eproc.in 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. M/s C1 India Pvt Ltd. C104, Sector 2 Noida-201301 Contact persons: Tuhin Ghosh (Kolkata), +91 8981165071 Email : tuhin.ghosh@c1india.com Mr. Tirtha Das, +919163254290 Email-id : tirtha.das@c1india.com 4. 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 opening of bid. The bidder shall furnish the original DD / Bank Guarantee 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. The bidder is requested to get a confirmed acknowledgement from the Tender Inviting Authority as proof of submission of hardcopies. 5. Corrigendum to tender: The bidder has to keep track of any changes by viewing the addendum / Corrigendum's issued by the Tender Inviting Authority on time-to- time basis in the 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 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. Before uploading scanned documents, the bidders shall sign on all the statements, documents, certificates uploaded by him, owning responsibility for their correctness / authenticity. 7. 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. -----------------------------------------------------------------------------------------------------------------------------------------