BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata

Similar documents
TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

BALMER LAWRIE & CO. LTD.

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

Balmer Lawrie & Co. Ltd. Temperature Controlled Warehouse, [Medchal, Hyderabad ] Tender No: BL/LI/CC/HYD/54 Dated :04-July-2016

TENDER FOR REPAIR RESTORATION & ANNUAL MAINTENANCE CONTRACT OF CCTV SYSTEM AT CFS-KOLKATA

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Balmer Lawrie & Co Ltd. (A Govt. of India Enterprise) A. Scope of work: Various locations in Western region, details given below.

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

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

Tender. For. Scrub Stations

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

Tender. For. Human Skeleton

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Annexure II. Terms and conditions

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

TENDER DOCUMENT (STPIN/PUR/QUO/13-14/06 dated 19/08/2013)

Petroleum Planning & Analysis Cell (PPAC)

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

Biotech Park, Lucknow

BALMER LAWRIE & CO. LTD., SBU LEATHER CHEMICALS 32, MANALI, CHENNAI 68. (Regd. Office: 21, Netaji Subhas Road, Kolkata )

CEYLON ELECTRICITY BOARD EASTERN PROVINCE

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

No.: REIL/MM/17-18/BOS-RE/17263 Dt:

NOTICE INVITING e-tender

COMMERCIAL TERMS AND CONDITIONS

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

BID DOCUMENT SECTION I

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

No. HCA-II / 22/ 2016 DATED: 5th October TENDER DOCUMENT

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

E-PROCUREMENT TENDER ENQUIRY

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

TERMS AND CONDITIONS I. GENERAL CONDITION OF TENDER GENERAL CONDITIONS OF THE CONTRACT

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

URANIUM ORE PROCESSING PROJECT AT TUMMALAPALLE, ANDHRAPRADESH TENDER DOCUMENT FOR NIT. NO: UCIL/TMPL /STORE/18-19/01 NAME OF THE WORK

REMOTE SENSING APPLICATIONS CENTRE, U.P.

PUNJAB TECHNICAL UNIVERSITY,

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

MECON LIMITED A Government of India Enterprise

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

Standard Bidding Documents. For. KMU Annual report

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

Bharat Heavy Electricals Limited Tel. : +91(0891) /1345 INVITATION TO TENDER

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing

The tender document may be download from the website,www,cdac.in/

Sub: Invitation to Tender Enquiry for supply of Towel

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. SECURITY SERVICES in

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

TENDER FOR GRADING / MARKING OF RED SANDERS CLOSING AT 15:00 HRS. IST ON

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED NIT/DGM (P-V)/RAIL PILING/MOU-BNDM/2146/3127 DATE:

No.ADG(E)(SZ)/PUR/15/MEAQ/ Date:

GENERAL TERMS AND CONDITIONS OF TENDER

Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No

National Handloom Development Corporation Limited (A Government of India Undertaking) Tender Document For. Appointment of Courier Service Agency

Enquiry for Non coking Coal of Indian origin for supply to Thermal Power Plants of WBPDCL

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

RECEIPT. Issued to. Against receipt No. dated. No. dated

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Any sort of deviations may lead to rejection of offer.

Tender. for. Indian Institute of Technology Jodhpur

Divisional Office JLN Udyog Bhawan, Khrew Cement Works

TENDER DOCUMENT No.CSIR-NAL/PBMA-4/ /S-VI

No.CSB/CSR&TI/Maint-38-20/ Date : To CSB & CSR&TI Web Site & e-procurement Portal.

Balmer Lawrie & Co. Ltd. Container Freight Station, [ Navi Mumbai ] Tender No : _BL/CFS-MUM/586

BALMER LWRIE & CO LTD., LOGISTICS 628 ANNA SALAI, CHENNAI

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

Transcription:

BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata 700 088 Phone No. 2450-6810 & 813 Fax No. 2449-8355 Email No.:mukherjee.soumik@balmerlawrie.com RHRER-CFS/PEST CONTROL/15-18 DATED : 16/06/2015 TECHNICAL / COMMERCIAL BID Tender Document for [ TENDER FOR PEST/ RODENT CONTROL SERVICES AT BL-CFS AT 3/1, TRANSPORT DEPOT ROAD & WD AT 1, SONARPUR ROAD KOLKATA 700088 ] DUE DATE & TIME: [ 26/06/2015 at 15:00 Hrs ] 1

INDEX S. PARTICULARS PAGE NO. NO. 1 Index 2 2 Notice Inviting Tender 3-4 3 Scope of Work & Responsibility 5-6 4 General Terms and conditions 7-9 5 Declaration accepting terms & conditions by bidder 9 6 Particulars of the organization 10 7 Price Bid 11 2

NOTICE INVITING TENDER Sealed tenders in Single Bid System are invited from reputed and experienced Vendors, who would adhere to jobs enumerated in the Scope of Work and comply General Terms & Conditions subsequently, for undertaking the subject contract for PEST/ RODENT CONTROL SERVICES AT BL-CFS AT 3/1 TRANSPORT DEPOT ROAD & WD AT 1, SONARPUR ROAD KOLKATA 700088. Tenderers are advised to download the Tender Document along with terms and conditions from our web site www.balmerlawrie.com. Interested parties may please inspect the site and understand the job-scope on ground before submitting quote. The offer against Tender, complete in all respect and sealed in a Single envelope should reach the office of the undersigned latest by 3-00 PM on 26/06/2015, super scribing the Name & Tender Ref. No. and the last date of submission, on the envelop. Interested parties are advised to quote their rates in conjunction with compliance of all Terms & Conditions, specification and Price Bid as stipulated in this NIT. All the tender papers put together in sealed envelope super scribing RHRER-CFS/PEST CONTROL/15-16 Dated 16/06/2015 " and shall be dropped in our tender box at the given address within 26/06/2015 by 15.00 Hrs and addressing covering envelope as follows: Asst. Manager [HR] Container Freight Station, P-3/1 Transport Depot Road Kolkata-700088, Tel Nos.24506810, Fax 2449-8355 3

S. No Description Details 1 Name of Work PEST/ RODENT CONTROL SERVICES AT CFS, 3/1 TRANSPORT DEPOT ROAD & WD AT 1, SONARPUR ROAD KOLKATA 700088 2 Tender No RHRER-CFS/PEST CONTROL/15-16 3 Validity Of Offer 120 days from the due date of submission of the tender. 4 Contract Period Three Years 5 Submission of Tender : a. Starts on 16/06/2015 b. Closes on 26/06.2015 6 Opening of Tenders 26/06/2015 Party conforming with the tender conditions and quoting the lowest rates in totality may be selected. 1. FILLING OF TENDER DOCUMENTS a. The tenderers are requested to carefully study all the tender documents and tender conditions before quoting their rates. b. The tender must be strictly in accordance with the terms and conditions and specifications laid out in the tender. c. Any terms and conditions given by the tenderer in their offers will not be binding on Balmer Lawrie. d. The sole proprietor or authorised representative shall sign all documents as required. When the person signing the documents is not the sole proprietor / authorised representative of the company, the Power of Attorney authorizing such person to act and sign on behalf of the company must be produced. 2. SUBMISSION OF TENDER : The tender in prescribed format to be submitted super scribing RHRER-CFS/PEST CONTROL/15-16 Dated 16/06/2015, with reference Tender No. and date. 3. SITE VISIT : Parties are advised to check the job area physically before quoting the rates. 4

SCOPE OF WORK & RESPONSIBILITY Work covered in this tender document is detailed 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 covered below 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. Detailed Scope of work: To undertake Periodical Services of Pest, Rodent and Allied Services at our Office Building and Warehouse at CFS and WD Complex, complying the following the general norms outlined below:- a) The quality of the material to be used by the party for pest/ rodent control must be such that it does not in any way affect the health or well-being of the party s own persons who do the servicing/ spraying, BL employees, associates and other who are present in the services/ sprayed area. There should not be any adverse effect on the environment or the public at large also. All liabilities, if any, due to any eventuality would be with the party. BL would have no liabilities including regarding statutory matters in this regard. b) Supply of all material for the job and servicing of same, ensuring health and safety of all who are working at the establishment while the controlled spraying is done is the responsibility of the party. Company would have no liabilities in this regard. c) Spraying/ servicing is to be done at times so that there is minimum human interference during such activities. This would be strictly as per permission from BL to be obtained. Work should be carried out on off-days/ late hours (without any additional expenditure) in office buildings etc except for insides of warehouses, where jobs has to be carried out during office hours only. d) The Contractor should ensure that the person(s) deployed by him behave in an orderly manner and shall not create any nuisance inside the premises and adhere to the administrative rules of the company while working inside the CFS. e) It is clearly understood that the person(s) engaged by the Contractor are his own workmen and not employees of the Company. The Contactor will be responsible to comply with the provisions of various labour legislations including all rules and regulations of different Labour Boards. f) The Contractor will have to submit a list of personnel(s) to the Company for issuance of entry pass. Only pass holders will be permitted to enter CFS. All persons engaged by the contractor should have necessary photo identity cards issued by the contractor. g) Completion of all jobs would need to be marked on the job-card and countersigned immediately by BL representative after completion of the job. Copy of such would be submitted with the bills. 5

h) Company reserves the right to advise change of material in case same is not found effective in control of the pest/insects. This would be binding on party without any increase in rates. Company also reserves right to ask for repeat service at no extra cost if the procedure is not found to yield results. i) Ensure adherence to all safety norms. The above list is illustrative and not exhaustive, and the contractor will arrange for necessary operations as and when required and as instructed by the Company officials. GENERAL TERMS AND CONDITIONS: 1. RATE : The rates should be quoted as per Price Bid format only which shall be including all Taxes & duties, transportation (if any). However, Service Tax (if applicable) shall be paid by BL extra at the prevailing rate. 2. PAYMENT: Payment will be made within 15 [Fifteen] days from the date of submission of monthly bills after conducting the required services for preceding month. 3. VALIDITY OF OFFER : Offer should be valid for 120 days for acceptance by BL from the due date of submission of the Tender. Rate quoted shall remain firm during the contract period and for extended period if mutually agreed upon. 4. CONTRACT PERIOD : The period of contract should be for Three years from the date of Work Order/LOI and on mutual consent may be further extended for another one year. 5. COMPLIANCES: The services as and when required would be done by persons authorized with permit by the party for carrying out the servicing/ spraying job. Such persons should be covered under ESI and shall be provided with all required safety equipments including suitable masks, gloves and have sufficient training/ instruction for the job by the vendor. All 6

statutory and other obligations regarding such persons would be with the vendor. BL reserves the right to make statutory deductions from bills if required by the law of the land. It shall be responsibility of the contractor to ensure that he conforms to the various provisions of statutory Acts as detailed below wherever applicable in respect of contact labour to be engaged by him. He shall also indemnify the Company against all losses/claims in respect of injuries to any contract labour engaged by him or physical damage to any Company property whatsoever, arising out of the execution of the work/carrying out of the contract. The contractor shall also indemnify the Company against claims or losses arising on account of non compliance of statutory provisions or for any reason whatsoever in respect of the various Acts mentioned below or any other Act not mentioned hereunder as and when applicable: - Contract Labour (Regulations & Abolitions) Act 1970 - Employees Provident Fund & Miscellaneous Provision Act 1952 - Employees State Insurance Act 1948 - Minimum Wages Act 1948 - Payment of Wages Act 1936 - Employees Compensation Act 1923 - Payment of Bonus Act 1965 6. TERMINATION : The contract may be terminated by either party by giving at least two months notice. In such case BL would be liable to pay the charges for services already rendered till such notice of termination is served only. 7.. ACCEPTANCE OF OFFERS a. 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. b. 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 estimate quantity against a line item as given in the tender document multiplied by the rate quoted by the bidder. c. Bids of any tenderer may be rejected if a conflict of interest is detected between the bidders and Balmer Lawrie at any stage. d. 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. e. 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. 7

f. 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. 8. PERFORMANCE GUARANTEE Performance Guarantee/Security Deposit for 10,000/- [Rupees Ten Thousand only) has to be submitted in the form of a Bank Guarantee/DD/Cash Deposit, as per prescribed format of the Company, to cover the Risk & Cost of any damages caused due to negligence/ mishandling of equipment/property of the Company. The Performance Bank Guarantee should be valid for a period of 3 years from the date of commencement of contract with an additional period of 6 months as claim period. In the event of extension of contract for a further period of 1(one) year after initial contract period of 3 years, the Performance Bank Guarantee will be required to be extended for another 12 (Twelve) months. This performance guarantee will not bear any interest. 10. SUB LETTING OF WORK No part of the contract or any share or interest therein shall in any manner or degree be transferred, assigned or sublet by the contractor directly or indirectly to any person, firm or corporation without the consent in writing from Balmer Lawrie. In the event of contractor contravening the conditions, Balmer Lawrie shall be entitled to get the work done from other firm at the Risk & Cost of the contract. 11. 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 and deliveries under the contract shall be resumed as soon as practicable. 12. ARBITRATION : Any dispute or difference arising under this Contract shall be referred for adjudication at Kolkata to a Sole Arbitrator to be appointed by the Managing Director, Balmer Lawrie & Co. Ltd. and the provisions of Arbitration Act, 1996 including any statutory modifications or enactment thereof shall apply to the Arbitration proceedings. The fees of the Arbitrator, if any, shall be shared equally by both the parties. 8

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 Tender No. RHRER-CFS/PEST CONTROL/15-16 and hereby confirm our acceptance of the same. Place : Date : Signature of Tenderer Name & Address Telephone Nos. Office: Fax Nos. : 9

ANNEXURE A PARTICULARS OF THE TENDERER S ORGANISATION S. Description No 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 / 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 MSEMD Act 15 In case registered under MSME provide registration number and copy of registration certificate. Tenderers Details 10

PRICE BID Sl.No. Description Qty Unit Rate Amount 1 Cost of Services for Weekly Pest Control services for entire CFS Admin building, all Go- downs, Drains surrounding the Office Buildings,Security/ gate offices, bunk houses, power installation/ house, Equipment Maintenance Room and all other structures including temporary ones, entire CFS yard for protection against mosquitoes, crawling/ flying insects and such other insects as affect in the area. 156 Week 2 Cost of Services for Weekly Pest Control services for entire WD Admin building, all Godowns, Drains surrounding the Office Buildings, Security/ gate office/ goomty, rest rooms power installation/ house and all other structures including temporary ones, entire WD yard for protection against mosquitoes, crawling/ flying insects and such other insects as affect in the area. 3 Cost of Services for Rodent Control once a month at all CFS godowns including temporary ones, record rooms, administrative building wherever records are maintained, electrical rooms and installations in the yard, bunk houses etc. 4 Cost of Services for Rodent Control once a month at all WD godowns including temporary ones, record rooms, administrative building wherever records are maintained, electrical rooms and installations in the yard, bunk houses at etc. 5 Cost of Services for Snake and such reptile control at entire CFS yard once a month. 6 Cost of Services for Snake and such reptile control at entire WD yard once a month. 156 Week 36 Month 36 Month 36 Month 36 Month Rates to be quoted above shall be inclusive of all taxes & duties, transportations etc. excluding Service Tax, which shall be paid by BL extra at the prevailing rate. Date Name of the Company Seal Designation Authorised Signatory 11