E-PROCUREMENT TENDER ENQUIRY

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

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

BALMER LAWRIE & CO. LTD.

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

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. TECHNICAL / COMMERCIAL BID

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

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

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

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

SUPPLY OF MEDICINAL GASES FOR THE YEAR

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

TENDER FOR SUPPLY OF HAND BOOK

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

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

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

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

NOTICE INVITING TENDER (NIT)

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

Notice inviting e-bids for Printing and Supply of IEC Material

द थव ट बन ए ड ज सप क शन क पन ल मट ड

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

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

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

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

Tender. for. Indian Institute of Technology Jodhpur

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

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

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

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

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

NOTICE INVITING TENDER

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

National Intelligence Grid (Ministry of Home Affairs) 2nd Floor, Vijaya Building, 17, Barakhamba Road, New Delhi

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION

Sealed Tender is to be addressed to Sr. Manager (Pur), Braithwaite & Co. Ltd., 5, Hide Road, Kolkata

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

MISHRA DHATU NIGAM LIMITED

Divisional Office JLN Udyog Bhawan, Khrew Cement Works

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

NOTICE INVITING TENDER

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

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

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

SCHEDULE-- A. Tender No: MGVCL/PP/4053/CCTV. No

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. For any query, you may contact at Tel , Fax

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET


1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

RAICHUR POWER CORPORATION LIMITED

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

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

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated:

LAKWA THERMAL POWER STATION

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

Last Date of submission of Tender: up to A.M.

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

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

BHARAT HEAVY ELECTRICALS LIMITED,

Ref. SNB/ENQ/MP/Pulse Generator/15-16/242(WP)

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

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

NOTICE INVITING TENDER

Air Conditioner Maintenance Committee

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

NATIONAL INSTITUTE OF IMMUNOLOGY Aruna Asaf Ali Marg New Delhi

Tender. for. Indian Institute of Technology Jodhpur

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

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

INSTITUTE FOR PLASMA RESEARCH NEAR INDIRA BRIDGE, BHAT, GANDHINAGAR GUJARAT STATE Phone: Fax:

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

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

2 Scope of work DESIGN, MANUFACTURING, TESTING, SUPPLY, 3 Enquiry Number 77/16/6002/ASM 4 Tender document available place

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED NIT/BBJ/TS/D-583/BEARING(ELASTOMERIC)/CHANDIGARH/3125 DT

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

COMMERCIAL TERMS AND CONDITIONS

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

Transcription:

Page 1 of 9 Tender No. : M2/ PUR / 387 / 14-15 Dated : 12.3.2015 SBU: Greases & Lubricants P-43, Hide Road Extension Kolkata-700 088 E-PROCUREMENT TENDER ENQUIRY Due Date : 22.03.2015 at 18.00 hours Sub : e procurement Tender Enquiry for Supply of Overbased Calcium Sulphonate Balmer Lawrie & Co. Ltd. [BL] intends to procure Overbased Calcium Sulphonate from manufacturers/ traders of repute for our Kolkata plant. Accordingly, On Line Tenders are invited for supply of 8 MT (+/- 10%) Overbased Calcium Sulphonate from competent and experienced vendors with sound infrastructure, technical and financial capabilities. 1. 0 PRODUCT SPECIFICATION The specification of Overbased Calcium Sulphonate shall be as per annexure 1. No deviation is accepted by us 2. 0 DELIVERY SCHEDULE 2.1) The entire material will be delivered in one lot within 10 days from the date of placement of LOI / PO whichever is earlier. Immediately after dispatch the following information are to be sent to us a) Commercial Excise Invoice (Duplicate for Transporter) b) Road Challan c) Consignment Note issued by the transporter d) Truck No e) Contact number of the transporter/mobile no of the truck driver for tracking the consignment by us. 2.2 Delivery is the essence for the order. It is understood that the vendors must have taken due consideration while quoting the same. 3.0 SPECIAL CONDITIONS OF CONTRACT 3.1 EARNEST MONEY DEPOSIT (EMD) The tenderer shall be required to furnish a sum of Rs 15,000 (Rupees fifteen thousand only) as EMD along with the tender by a/c payee pay order / demand

Page 2 of 9 draft / non revocable bank guarantee from Schedule "A" bank in favour of Balmer Lawrie & Co. Limited, Kolkata. EMD of the successful bidder shall be retained as a part of security deposit till receipt of the same in complete. Tenders submitted without EMD may be rejected. The EMD of the unsuccessful bidders will be refunded after finalization of the order. EMD shall bear no interest. Small scale units registered with National small scale industries Corporation are exempted from payment of EMD, and they should enclose a copy of their valid registration certificate to make their quotation eligible for consideration. Public Sector Undertakings / Enterprises and registered small scale units NSIC/MSMED are exempted from payment of earnest money deposit. However, registered Small scale units should enclose a copy of their valid registration certificate to make their bid eligible for consideration. 3.2 SECURITY DEPOSIT (SD) The successful bidder shall submit within 10 days of issue of LOI / PO whichever is earlier an interest free SD towards the satisfactory execution of the order. SD shall be 3 % of the total order value. Failure to submit SD shall entitle BL to cancel the order and EMD will be forfeited. SD may be furnished by a Bank guarantee on a scheduled 'A' bank. The SD shall be released after completion of the contractual period/ supply of ordered quantity. Failure to comply with the requirements of the execution of the order shall make the SD liable for forfeiture. Successful bidders who have payment-dues from the company may furnish the dues as SD for the execution of the order. In such case, the bidder shall give an undertaking that the amount equivalent to the SD shall be held back from the payment-dues. Small scale units registered with National small scale industries Corporation are exempted from payment of SD, and they should enclose a copy of their valid registration certificate to make their quotation eligible for consideration. 3.3 ACCEPTANCE OF QUALITY PLAN All supplies shall be accompanied with batch test certificate. The company reserves the right to test the received material at the works laboratory for conformance to quality. In the event of rejection of material after receiving due to such quality testing, the vender shall be informed about rejections and causes thereof. The supplier, thereafter if so desires, may request for another test at our works and witness the same, subject to prior agreement by our respective plant authority. Such repeat testing, if warranted, shall be completed within a period of 7 (seven) days of the intimation of the rejection. Removal of any rejected material shall be the supplier's responsibility. Such material shall be removed from our plant premises within a period of 14 (Fourteen) days of intimation of rejection to the vender, Request for repeat testing shall be submitted within 3 (three) days of intimation of the rejection. Failure to comply with this requirement shall entitle BL to dispose of the material at the vendor's risk and cost.

Page 3 of 9 In the event of rejection of material, it shall be the vendor s responsibility to replace the material within a time of 10 days from date of intimation of rejection. In case of request for retest from vendor and confirmation of rejection, replacement to be made within 7 days of such confirmation. 4.0 PRICE The price quoted shall be firm for the total duration of the contract. The price quoted shall be strictly as per the format enclosed with the tender document. All taxes and duties shall be paid at actual against documentary evidence. Basic Price, Excise Duty, Sales Tax, Education Cess, Vat and any other statutory levies, if payable shall be clearly spelt out. Form-C & road permit will be issued by BL, as and when required. Vendor / Nominated transporter shall ensure handing over the transporter copy of invoice for availing CENVAT & road permit to us at the time of delivery of consignment. All unutilized/ expired road permit shall be returned to BL. The goods shall be dispatched on Freight Paid basis by a suitable mode of transport so as to ensure the delivery of material within the stipulated time period, conforming to all safety, security regulations, transit insurance and transport the product to our plant, at its own risk & cost. Charges for loading at supplier s factory/ warehouse and unloading at our plant shall be paid by the supplier to the transporter and shall be included in their freight charges. The break up for freight charges shall be clearly spelt out in the bid. 4.1 PAYMENT TERMS Payment terms shall be 30 days from the date of receipt of material at our plant in good condition and submission of invoice along with all the relevant documents. 4.2 RISK PURCHASE CLAUSE Without prejudice to other provisions in the tender, in the event vendor fails to supply within the stipulated lead time as stated in clause 2.0 ( delivery Schedule), the buyer shall have the option to procure the product from alternate source(s), and any increase in cost to the buyer, on account of such procurement, shall be recovered from the seller. 5.0 GENERAL CONDITIONS OF CONTRACT 5.1 PRICE REDUCTION FOR DELAYED DELIVERY Timely delivery is the essence of the order. In case of delay in supplying the material at BL plant beyond the lead time, price shall stand reduced to a predetermined sum equivalent to 0.5% of the value of the delayed material per week or part thereof subject to a maximum of 5% of the value of the material delayed. 5.2 ARBITRATION Disputes or differences arising out of or in relation to agreement/ contract shall be referred to the Chairman & Managing Director (C&MD) of BL who may either act

Page 4 of 9 himself as Sole Arbitrator or nominate some officer of BL to act as an Arbitrator to adjudicate the disputes and differences between the parties (except those in respect of which the decision of any person is by the contract expressed to be final and binding). The vendor shall not be entitled to raise any objection to the appointment of such officer of BL as the sole arbitrator on the ground that the said officer is an officer of BL or that he/she in the course of duties as an officer of BL. He / She has/had expressed views on all or any of the matters in dispute or difference. The award of the arbitrator shall be final, conclusive and binding on all the Parties to the agreement subject to the provisions of the Arbitration Act, 1996 and the rules made thereunder for the time being in force. The award shall be made in writing and published by the Arbitrator within six months of entering upon the reference or within such further time mutually extended by the parties. The arbitrator shall have power to order and direct the parties to abide by, observe and perform all such directions as the arbitrator may think fit and proper to issue having regard to the fact that the arbitration proceedings have to be completed within the specified period solely on the principles of Natural Justice. The arbitrator shall have power to make one or more awards whether interim or otherwise in respect of the dispute and differences and in particular shall make separate awards in respect of each claims or cross claims of the parties. The arbitrator shall be entitled to direct any of the parties to pay the costs of arbitration in such manner and to such extent as a arbitrator may in his discretion determine and shall also be entitled to require one or both the parties to deposit funds in such proportions to meet the arbitration expenses. The parties to arbitration whenever called upon to do so shall be bound to comply with such direction without any demur. Notwithstanding anything contained in any other law, the Parties hereby agree that the jurisdiction of the order / contract/ agreement shall lie solely with the high court in the city of Kolkata alone. The court shall have jurisdiction in respect of all or anything arising under this agreement and any award or awards made by the sole arbitrator shall be filed in this court. 5.3 SALEX TAX / EXCISE FORMALITIES AND COMPLIANCE WITH REGULATIONS Vendor shall warrant that all goods and services covered by this agreement / contract shall have been produced, sold, supplied, dispatched, delivered in strict compliance with all applicable laws, regulations, labour agreements, working conditions and technical codes and requirements as applicable from time to time. The Vendor shall execute and deliver such documents as may be required to effect or to evidence such compliance. The vendor shall issue the excise paid invoice so that equivalent amount may be availed as cenvat credit by BL, if applicable. Vendor / vendor s nominated transporter shall ensure handing over of the transporter copy of invoice for availing cenvat & road permit to the company at the time of delivery of

Page 5 of 9 consignment. All unutilized / expired road permits shall be returned to the issuing unit. Form pertaining to applicability of confessional rate of sales tax shall be issued to the vendors by BL, as necessary. All laws and regulations required to be incorporated in this character are hereby deemed to be incorporated by these references. BL and their authorised representatives disown any responsibility for any irregularity, contravention or infringement of any statutory regulations in the manufacture and / or supply of goods covered by this agreement / contract. The vendor shall issue the excise paid invoice so that equivalent amount may be availed as CENVAT credit by us, if applicable. Concessional form pertaining to Sales Tax shall be issued to the vendor by us, if applicable. 6.0 FORCE MAJEURE Any delay in or failure of the performance of either party hereto shall not constitute default hereunder or give rise to any claims for damage, if any, to the extent such delays, failure of performance is caused by occurrences such as Acts of God or an enemy, decrees of any government or governmental authority, acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The Vendor shall keep records of the circumstances referred to above and bring these to the notice of the concerned officer of BL in writing within 7 days on such occurrences. The amount of time, if any, lost on any of these counts shall not be counted for the contract period. The decision of the Owner arrived at after consultation with the vendor, shall be final and binding. Such a determined period of time be extended by BL to enable the Vendor to deliver the items within such extended period of time. As soon as the cause of Force Majeure has been removed, the party whose liability to perform its obligation has been affected shall notify the other of such cessation and inform the other party through such notice the actual delay incurred in such affected activities. Any such event which is Force Majeure, wherever it occurs, provided that it prevents, affects or delays the parties in performing contractual obligation shall justify the affected parties claim or Force Majeure. 7.0 VALIDITY The offers shall remain valid for a period of 30 days from the due date of the tender. 8.0 SUBMISSION OF OFFER 8.1 Offer must be submitted on line. Last date for submission on line bid 22.03.2015 at 18:00 Hours. 8.2 It is assumed that the vendors will not take any deviation. However, in case of any, the same should be spelt specifically against the clause no of the tender document. In case of no mention of such, it will be assumed that the vendor is in agreement with the tender terms in TOTO and no alteration / deviation on account of any reason will be accepted after opening of the tender.

Page 6 of 9 8.3 Offers received from related companies (definition of related companies as per company act shall apply) shall be considered as one offer. 8.4 Clarifications can be obtained in person / writing during working hours before the last date of submission of bids. Thanking You, Yours Faithfully for Balmer Lawrie & Co. Limited ( A K Basak ) Vice President (SCM)

Page 7 of 9 ANNEXURE -I TECHNICAL SPECIFICATION OF OVER BASED CALCIUM SULPHONATE 1 Colour Dark Brown 2 Kinematic Viscosity @ 100 deg C, [ASTM D 445] 30 min. 3 Specific gravity @ 15.6 deg C 1.10 to 1.20 4 TBN mg KOH/gm. [ASTM D 2896] 300 min. 5 Oil content % by mass 50 Max. 6 Flash Point [PMCC] deg C 150 Min. 7 Calcium, % Content [ASTM 4951] 11.5 to 16.5 8 Water Content 0.5% Max. 9 Sulphonate Content Vendor to specify 10 Calcium Carbonate Content Vendor to specify 11 Free alkalinity % [Calcium Hydroxide Content] Vendor to specify Signature : Name : Designation : Name of Company : Full Address : Date :

Page 8 of 9 Procedure for Bid Submission CONDITIONS FOR ONLINE 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. 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 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 201 301 Contact person : Ritabrata Chakraborty (Kolkata), +91 9748708094 Email : ritabrata.chakraborty@c1india.com 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 Techno-commercial /Unpriced 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

Page 9 of 9 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. 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. 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