Pe 2666

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 53

Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.

2024
SBU: Industrial Packaging

SBU – Industrial Packaging,


5, J. N. Heredia Marg, Ballard Estate,
Mumbai- 400001, India
Tel. No. 091 - 022 –66258215/66258208
Fax No. 091 - 022– 66258200
NOTICE INVITING TENDER
Tender No.0100PE2666 DTD. 04.04.2024
Due date of Tender: 24.04.2024 Till: 16:00 HRS
Opening of Technical Bid: 24.04.2024 at 16:05 HRS

Online Two Bid e-Tender is invited from vendors for “Design and Project Management
Consultancy including liasioning services” for Work shop and office building work for our T&PD
division at 62,Patnam Village & Post Thavanam Palli,Aragonda Road,Chittoor,Andhra Pradesh
through Balmer Lawrie e. procurement Portal https://balmerlawrie.eproc.in

The bidder should be registered in Balmer Lawrie Web Portal through C1 India for online
e.bidding.

Disclaimer - This product and services are not available on GeM and Balmer Lawrie have no objection in
providing this information for making available such products/services on GeM

Contact details
Balmer Lawrie & Co.Ltd. C1 India Pvt.Ltd.
SBU-Industrial Packaging, 603,Coral Classic,20th Road, Near
AmbedkarPark,Chembur
5, J .N. Heredia Marg, Ballard Estate Mumbai-400 071
Mumbai – 400 001.
Contact Persons: 1.Ms. Ritu Patil (Mumbai) , +91-0124-4302000 (Ex-236)
(Monday-Friday)
1.Mr. Tushar Ingale Email - ritu.patil@c1india.com
Email id – ingale.td@balmerlawrie.com 2. Mr. Tirtha Das, Mob +91 -9163254290 Email -
Mobile – 9769015541 tirtha.das@c1india.com (Kolkata / Monday -Friday)
3. Mr. Lakshmanan, Mobile: +91 - 8248990022
2.Mr T.R. Srimagesh
email: lakshmanan@c1india.com (Chennai /Monday-Saturday)
Email–srimagesh.tr@balmerlawrie.com
Mobile -9840330389 4. Helpdesk Support (Kolkata) Email -blsupport@c1india.com
- (Monday – Saturday) +91 -8017272644

Escalation level 1– Mr.Tuhin Ghosh,Mob.+91-8981165071 Email –


tuhin.ghosh@c1india.com Level 2 -Mr.Sandeep Bhandari
sandeep.bhandari@c1india.com +91-8826814007

Page 1 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
Introduction

Balmer Lawrie & Co. Ltd is a Mini-Ratna-I Public Sector Enterprise under the Ministry of Petroleum &
Natural Gas, Government of India along with its six joint ventures in India & abroad. Today it is a
much- respected transnational diversified conglomerate with presence in both manufacturing and
service sectors. Balmer Lawrie is a market leader in Steel Barrels, Industrial Greases and Specialty
Lubricants, Corporate Travel and Logistic Services. It also has significant presence in most other
business. It operates, viz, Performance Chemical, Logistic Infrastructures etc. In Industrial Packaging,
we are the leading manufacturer of MS Drums, holding the largest market share in India. The
Company has a distributed manufacturing base with factories in Chennai, Chittoor, Silvassa, Asaoti,
Taloja and Vadodara. Our Plants are ISO Certified and conforms to Safety, Health, and environment
norms.

A. Instructions for bidders.

1. Online Two bid [ Pre-Qualification bid & Price bid] e-Tenders is invited from vendors for
“Design and Project Management Consultancy including liasioning services” for
Works shop and office building work for our T&PD division at 62, Patnam Village
& Post Thavanam Palli, Aragonda Road,Chittoor,Andhra Pradesh as per detailed
specification contained in Annexure- I of this tender documents.

2. Please Refer to Annexure – I for detailed Technical Specifications & Scope of Supply.

3. The tender is invited in Two-Bid System.

4. The tender document consists of Pre-Qualification Criteria (Unpriced Bid) - Annexure-II, &
Price Bid Annexure-III.

5. Price Bids of those bidders shall be opened only who will satisfy all Pre-Qualification
Criterion as written in Annexure- II

6. All documents required in the tender can be scanned and submitted online through
appropriate forms as attached in the tender.

7. Important points to be noted

Due date for submission of bids online Date: 24.04.2024 till 16.00 hrs.

All Bids are to be completed in accordance with tender requirements within the duration as mentioned.

The bidders are requested to bid online within the tender announcement date and tender closing
date and time as mentioned in the tender document.

The term “BL” wherever mentioned in the tender document refers to “Balmer Lawrie & Co.
Ltd.”

- Balmer Lawrie would be the Purchaser (BL) for the tendered item.

- The successful bidder will be the Project Management Consultant (PMC)

- BL reserves the right to accept any bid in full or part.

- The Acceptance of the Order by the successful bidder will form the contract.
Page 2 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

8. Earnest Money Deposit (EMD) – As per Clause no. 1 of the Special Terms & Conditions of this
Tender document.

 Micro and Small Enterprises (MSE’s) with valid UDYAM number, who directly provide the tender
service/manufacture tender material, are exempted from payment of Earnest Money Deposit
and eligible to participate and are also eligible for any other benefit applicable to MSE’s
mentioned in this tender document. Above benefit/s shall be extended only to MSE’s whose
UDYAM no. is registered with Central Public Procurement Portal (CPPP) and such MSE are
required to submit a declaration for the same as per Annexure –VIII(D)

 Failure to submit aforementioned-declaration by the bidder claiming above benefits will be


treated as a non-MSE’s bidder and such bid shall be cancelled accordingly.

9. Responses from both registered as well as un registered vendors will be accepted.

10. Contractors, vendors, who are having unresolved issues, disputes, complaints, legal or court cases
against the company and bidders with whom Balmer Lawrie have/had any dispute during the last
5 years whether the same has/had been subsequently settled or not, will not be eligible to
participate/bid.

11. The bidder may up-load necessary documents with the on-line bid or furnish in person or through courier
/ 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.
12. 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 if any, cancellation of work and criminal prosecution.

13. Unless otherwise agreed to in terms of the purchase order, the price shall be firm till execution of entire
order.
14. 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.

15. Format of Tender Document:


Tender Documents consist of:
A. Instruction for bidders
B. Special Terms & Conditions
C. General Terms & Conditions
D. Annexure- I – Scope of Service/Work
E. Annexure- II– Prequalification Criteria
F. Annexure- III Price Bid.
G. Annexure -IV - Conditions for Online Bid submission
H. Annexure- V – Format for Bank Guarantee
I. Annexure- VI – GST Compliance
J. Annexure VII– Details of Vendor
K. Annexure VIII - Purchase Preference for Make in India and MSE suppliers, Declaration, CPPP
Declaration and Restriction on ground of Defense of India & National Security
L. Annexure IX – Integrity Pact
M. Annexure X – Site Visit Form
Page 3 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

16. The bidder is expected to examine the Tender documents, including all instructions, forms, General
Terms & Conditions, Special Terms & Conditions, Technical Specifications and other documents and
to fully familiarize itself with the requirements of the bidding documents. Failure to furnish all the
information required by the Bidding Documents or the submission of a bid not substantially
responsive to the Bidding Documents in every respect may result in the rejection of the Bid.

17. Late Bids


No bidding is admissible in the E.Proc platform after the bid closing time /date.

18. Bid Validity


The offer shall remain valid for a period of three months from the due date for submission of price bid.

19. Bid Rejection Criteria


A bid may be rejected -
 If the bidder fails to send the Earnest Money Deposit (EMD) amount within the bid due date if any
 If deviations from the terms mentioned in the document affects in any way the scope, quality
and performance.
 If Conflict of interest between the bidder and the Company is detected at any stage.

20. Clarifications
Clarifications that the Bidder needs to have on the tender specification can be sought from BL within
one week from the date of issue of this enquiry.
All clarifications shall be by e-mail (Only email queries shall be replied)

21. Opening of Price Bid


The Price Bid for those Bidders will be opened on the due date who have satisfied all Pre-qualification
criterion.

22. Complete Scope of Work


The complete scope of work has been defined in Annexure-I of the tender document. Only those
bidders who take responsibility and bid for the complete scope of work may be considered for further
evaluation

23. Tender Documents and Deviations


It is expected that bidders will submit bids based strictly on the terms and conditions and
specifications contained in the bidding documents and will not stipulate any deviations. Deviation
from technical specifications, as given in the Tender Document-Annexure – I, would invite
immediate dis- qualification from further consideration of the bid.

24. Preparation and submission of Tender Documents


The bidders are required to fill the tender document in a format as outlined below in the E.Proc platform:

25. Price Bid (Annexure- III is Price Bid)

The lowest bidder will be decided on the Net delivered Price on Composite basis in Rupee, for the
item mentioned in the scope of supply/service. Duties, levies charges either as % or value.
Price bid should be filled on line as per the format provided (Annexure- III).

26. The bidders are requested to submit the hard copies of necessary documents excluding price (which are
bulky and difficult to be uploaded) at our Ballard Estate Office at 5, J.N.Heredia Marg, Ballard Estate,
Page 4 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
Mumbai-400 001 before due date & time.

B. SPECIAL TERMS & CONDITIONS

1. Earnest Money Deposit (EMD):

The Earnest Money deposit (EMD) amount for the tender is Rs. 30,000/- (Rupees thirty thousand only)
payable directly to our Standard Chartered Bank (Account No. 222-0-526803-6, NEFT Code - IFSC
“SCBL0036046) through electronic transfer and proof of transfer of funds deposited with us has to be
submitted along with the bid document while uploading the online tender.

Bids received without EMD amount would not be considered. No other mode of payment would be
considered, and such bids would be rejected.

2. Security Deposit (SD)


Security Deposit amount of 5% of the basic order value to be deposited by the successful Bidder in the
form of Pay order / Demand Draft in favour of Balmer Lawrie & Co. Ltd, payable at Mumbai.

The Security Deposit may be submitted as Bank Guarantee by a Scheduled Indian Bank within 15 days of
receipt of the Purchase Order. Security Deposit can also be made directly to our Standard Chartered
Bank (Account No. 222-0-526803-6, NEFT Code - IFSC “SCBL0036046) through electronic transfer and
proof of transfer of funds deposited with us.

The Security Deposit if paid by Pay Order/Demand Draft shall bear no interest and shall be refunded
through Bank transfer to successful bidder, only on successful delivery/Commissioning of the tendered
item and
All sums of compensation or other sums of money as determined, if any, payable by the bidder may
be deducted from the Security Deposit.
Security Deposit amount can also be paid in the form of Bank Guarantee from any Scheduled Indian
Banks and should be valid for 6 months period from the expiry of contract. The format of Bank Guarantee
is also available in the tender document.
If not paid within 15 days of receipt of order, same will be deducted from first running bill onwards till
accumulation of above Security Deposit amount is accumulated.
Security Deposit amount shall not carry any interest.
Security deposit is liable to forfeiture in the event of:
a) Non-Supply after Acceptance of Purchase Order.
b) Successful Bidder fails to deliver the item as per the terms & condition of the Purchase Order.
c) Successful Bidder violates the tender conditions.
d) If the performance of the bidder is found to be unsatisfactory

3. Period of Contract
Entire Design and Project Management Consultancy including liasioning services (Part A & Part B) shall be
completed within 16 months from the date of receipt of PO or till completion of project whichever is earlier.
The completion period includes submission and obtaining statutory approvals, closing of all contracts of
subcontractors.

Page 5 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

Site Address –
Balmer Lawrie & Co Ltd

SBU – Industrial Packaging


62, Patnam Village,& Post
Thavanam Palli Mandal,
Aragonda Road,Chittoor,
Andhra Pradesh – 517131
Ph – 8985957909/ 840330389

4. Payment Terms:
Our payment terms are as follows:

(PART A: Soil Investigation, Basic Engineering, Liaisoning, Detail Engineering, estimate, Tender BOQ,
Evaluation for placement of order)

PMC should quote their LUMPSUM FEES (in priced part) against given scope of services. Forty percent (40%) of
overall LUMPSUM FEES shall be considered against PART A Job and shall be released on the following basis:

Payment Schedule for PART – A


1 On completion of basic engineering, soil investigation and obtaining 20%
statutory approval (Required for commencement of Construction
Activities)

2 On completion of detail engineering including finalization, of construction 20%


drawings, specification, and data sheets

3 Preparation of package-wise tenders with BOQ and estimation 20%


(on pro-rata basis)

4 On evaluation of bids and recommendation for placement of order (pro- 15%


rata basis)
5 On successful completion of the project including obtaining all the final 25%
statutory approvals after construction, erection and commissioning
Required for occupancy/operations (Completion Certificate by Balmer
Lawrie)
6 TOTAL of PART – A 100%

Retention @ 10% shall be deducted from the above stage payments.

(PART B: Construction Supervision and Quality Control, certification of bills, HSE management as per Scope of Work)

PMC should quote their LUMPSUM FEES (in priced part) against given scope of services. Sixty percent (60%) of overall
LUMPSUM FEES shall be considered against PART B Job and shall be released on the following basis:

Payment Schedule for PART – B


1 On completion of (Plinth Work) of the building 10%

2 On completion of Superstructure (RCC, Brick Work and Plaster) of the 15%


building
Page 6 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
3 On completion of erection of EOT crane 15%
4 On completion of all electro-mechanical (Electrical, Fire Fighting, Plumbing 15%
or any other piping Works, HVAC etc) work
5 On completion of interior work and finishing work (Door, Windows, Tiling, 20%
Painting, Furniture Works etc)
6 On completion of obtaining Completion Certificate from Balmer Lawrie 25%
7 TOTAL of PART – B 100%

Retention @ 10% shall be deducted from the above stage payments.

As per progress of work at site ON PRO-RATA, the progress milestones are as follows:

Total Retention will be 10% and a maximum of 90% of the total amount would be released as stated in Part-
A and Part-B.

 Tenderer to note that retention money may be released after completion and acceptance of work
against issue of Bank Guarantee of the equal amount for defect liability and performance
maintenance period, which shall be twelve (12) months from the date of issue of completion
certificate to the PMC by the Engineer-in-Charge, otherwise cash retention shall be maintained
for the aforesaid liability period.

 Posting of Project Engineer- restricted to one month beyond the specified project completion time, for
certifying final bills etc. Extension of Time without altering terms & conditions of original contract will
be provided based upon request by PMC with evidence and the payment would be on monthly basis
for the extended period.

 Attending Review meeting and providing complete information to BL regarding site progress and
action taken report is part of the contract amount and no extra payment to be made to the
consultant for the same.

Early payment with discounting for MSME bidder only:

MSME vendors desirous of availing early payment of 10 days as against standard payment terms as per
tender, may do so, with prior intimation to BL. Payments against such Invoices shall be made after
deduction of 9.5% interest per annum for the actual number of days by which the payment is preponed
as compared to the tendered credit period.

Bidders to note that rates should be quoted based on the standard payment terms as mentioned in the
Tender & evaluation of the bids will be done accordingly.
Central Government vide Notification No.50/2018 dated 13th September 2018, has made TDS provision
applicable under GST Law on all payments affected by Public Sector Undertaking (PSU) w.e.f 1st October
2018. BALMER LAWRIE being a PSU these provisions will be applicable for all the payments made by
BALMER LAWRIE on / after 1st October 2018. TDS shall be deducted @ 2% of taxable value excluding
GST. TDS deducted from your payments will be deposited with GST authorities by 10th of the following
month and TDS certificates will be issued subsequently.

As per the circular from CBDT, Pan of individual/proprietary vendors will be invalid if it is not linked
with the Adhaar number of the vendors & subsequently TDS rate @ 20% will be applicable u/s 206AB
of income tax act on GST.

Page 7 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
5. Tenderer should quote only rate as per UOM (unit of measurement) basis mentioned in the On-Line Price
Format and any other basis is not acceptable..
6. Award of Contract
BL shall place the Purchase order on the Lowest Quoted Bidder for the tender and as such it would be
in the interest of the bidders to quote their most competitive price.
Negotiations, if held will be only with the lowest bidder.

C. GENERAL TERMS AND CONDITIONS

i. Introduction
The bidder means the firm or company with whom the order is placed and shall be deemed to include
the bidder, successors, representatives, heirs, executors and administrators.
Whenever there is a duplication of clause in the terms and conditions, the clause which is beneficial to
BL will be considered applicable at the time of any dispute.

ii. Scope of Service


Scope of Supply for the tender shall be as mentioned in Annexure-I.

iii. Reference for Documentation


Purchase Order Number must appear on all correspondence, invoices, packing and on any documents
or papers connected with the order.

iv. Confirmation of Order


The successful bidder shall acknowledge the receipt of purchase order within 7 days following the mailing
of this order in writing or through email and shall thereby confirm his acceptance of purchase order in
entirely without exceptions.

v. Relaxation of Tender Terms & Conditions


BL reserves the right to relax any of the tender conditions, if necessary, while finalizing the tender at its
discretion.

vi. Rejection of Bids


The bid of any bidder may be rejected if a conflict of interest between the bidder and BL is detected at
any state. The decision of BL in this connection will be final.

vii. Delay in bidding


Late tenders / delayed tenders will not be accepted by the ON LINE system.

viii. RISK PURCHASE

In case delivery of service is not affected as per given schedule, we reserve the right to cancel the order
placed on vendor, and procure the services (agreed to provide) from any other source and the deduction
on account of penalty as well as excess amount to be incurred by us, would be recovered from the
vendor’s due payments or security amount held with us.

ix. LIQUIDATED DAMAGES FOR DELAY IN DELIVERY / QUALITY PROBLEMS

Successful bidder shall have to pay to the company by way of liquidated damages and not as penalty an
amount equal to 0.5% of the value of the purchase order so for each week or part thereof such delay in
delivery/completion of work, subject to maximum of 5% of the total basic order value.

Page 8 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
x. Delay due to Force Majeure

In the event of causes of force Majeure occurring within the agreed delivery terms, the delivery dates can
be extended by the tenderer on receipt of application from the bidder within stipulated delivery period.
Only those causes that depend on natural calamities, civil wars, national strikes and strikes /lockout at
Bidder’s works which have duration of more than seven consecutive calendar days are considered the
causes of Force Majeure. The bidder must advise BL by a registered letter duly certified by local chamber
of commerce or statutory authorities, the beginning and end of cause of delay immediately, but in no case
later than 10 days from the beginning and end of such cause of Force majeure condition as defined above.

BL reserves the right to ask Bidder to suspend service/despatches of goods/materials covered by this order
for such period as they may think fit in the event of strikes, accidents or other causes beyond BL’s control.

xi. Sub-Contracts
The successful bidder shall not assign the Contract in whole or part without obtaining the prior written
consent of BL. The bidder shall, notwithstanding the consent and assignment, remain jointly and severally
liable and responsible to BL together with the assignee, for and in respect of the due performance of the
contract and the bidder’s obligations there under.

xii. Control Regulations


Successful bidder warrants that all goods/materials covered by this order have been produced, sold,
despatched, delivered and furnished in strict compliance with all applicable laws regulations, labour
agreement, working conditions and technical codes and statutory requirements as applicable from time
to time. All laws and regulations required to be incorporated in executing this tender are hereby deemed
to be incorporated by this reference. Balmer Lawrie can disown any responsibility for any irregularity or
contravention of any of the statutory regulations in the manufacture or supply of goods covered in the
order. The Bidder shall ensure compliance with the above and shall indemnify tenderer against any
actions, damages, costs and expenses of any failure to comply as aforesaid.

xiii. Vendors Obligation


The vendor shall ensure that no damage is caused to BL’s property/or any decorative structure/fittings
while carrying out the work. It is obligatory on the part of the vendor to rectify/make good such damages
at their own cost. The Tenderer shall remove all unused material, wash and clean the floors at their own
cost and hand over the site in proper manner on completion of the work.
The work executed should be got approved by Balmer Lawrie & Co Ltd. and the Tenderer shall rectify any
bad workmanship pointed out at any stage and remove from site all the rejected materials immediately.

xiv. Statutory Compliance


The successful bidder should take coverage under the Workmen’s Compensation Act for the workmen
employed by them for the commissioning and erection of the items tendered in this tender. The
successful bidder should also ensure that all compliances under PF/ESI/Contract Labor Registration etc.
as applicable are complied with

xv. Termination
Without prejudice to BL’s right to price adjustment by way of discount or any other right or remedy
available to BL, BL may terminate the Contract of any part thereof by a written notice to the bidder if,
1. The bidder fails to comply with any material term of the Contract.
2. The bidder informs BL of its inability to deliver the item or any part thereof within
the stipulated Delivery Period or such inability otherwise becomes apparent.
3. The bidder fails to deliver the item within the stipulated Delivery Period and/or to
replace any rejected or defective item promptly.
4. The bidder becomes bankrupt or goes into liquidation.
5. The bidder makes a general assignment for the benefit of creditors.
6. A receiver is appointed for any substantial property owned by the bidder.
Page 9 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
7. The bidder has misrepresented to BL, acting on which misrepresentation, BL has placed
the Purchase Order on the bidder.
Upon receipt of said termination notice, the bidder shall immediately stop supply/service.
On termination of the contract, without prejudice to any other right or remedy available to BL under the
contract, in the event of BL suffering any loss on account of delayed delivery or non-delivery, BL reserves
the right to claim and recover damages from the bidder in respect thereof. Also, the Security Deposit will
be forfeited

Page 10 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
xvi. Arbitration
Any dispute or difference arising under this Contract shall be referred under jurisdiction of Mumbai to a sole
arbitrator to be appointed by the Chairman & Managing Director, Balmer Lawrie & Co. Limited 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. The
award shall be a speaking award stating reason therefor and is final & binding on the parties. The proceeding
shall be conducted in English language and courts at Mumbai will have exclusive jurisdiction to settle any
dispute arising out of this contract.
“In event of any dispute or difference relating to the interpretation and application of the
provision of commercial contract(s) between Central Public Sector Enterprises (CPSEs) / Port Trusts
inter se and also between CPSEs and Government Departments/Organizations (excluding disputes
concerning Railways, Income Tax, Customs & Excise Departments), such disputes or difference
shall be taken up by either party for resolution through AMRCD as mentioned in DPE OM no
4(1)/2013-DPE(GM)/FTS-1835 dated 22.05.2018”

xvii. HSE REQUIREMENTS BY SUCCESSFUL VENDORS


Housekeeping
Contractors shall ensure that their work area is kept clean tidy and free from debris. The work areas must be cleaned
on a daily basis. Any disposal of waste shall be done by the Contractor.
All equipment, materials and vehicles shall be stored in an orderly manner. Access to emergency equipment, exits,
telephones, safety showers, eye washes, fire extinguishers, pull boxes, fire hoses, etc. shall not be blocked or disturbed.
Confined Space
Before commencing Work in a confined space the Contractor must obtain from Balmer Lawrie a Permit to Work, the
Permit to Work will define the requirements to be followed.
As minimum Contractors must ensure the following:
a) Confined spaces are kept identified and marked by a sign near the entrance(s).
b) Adequate ventilation is provided
c) Adequate emergency provisions are in place
d) Appropriate air monitoring is performed to ensure oxygen is above 20%.
e) Persons are provided with Confined Space training.
f) All necessary equipment and support personnel required to enter a Confined Space is provided.
Tools, Equipment and Machinery
The Contractor must ensure that all tools & equipment provided for use during the Work is:
a) suitable for its intended use;
b) safe for use, maintained in a safe condition and where necessary inspected to ensure this remains the
case (any inspection must be carried out by a competent person and records shall be available);
c) Used only by people who have received adequate information, instruction and training to use the tool
or equipment.
d) Provided with Earth leakage circuit breaker (ELCBs) at all times when using electric power cords. Use
of electrical tape for temporary repairs is prohibited.
Working at Height
Any Work undertaken where there is a risk of fall and injury is considered to be working at height.
For any Contractor Personnel working at height, Contractors shall provide fall prevention whenever possible and fall
protection only when fall prevention is not practicable. Before commencing Work in a height the Contractor must obtain
from Balmer Lawrie a Permit to Work, the Permit to Work will define the requirements to be followed. Supervisor must
be present at all point of time, to ensure no deviation occur during the course of work.

Fall Prevention System


Fall prevention systems (e.g. fixed guardrails, scaffolds, elevated work platforms) must provide protection for areas with
open sides, including exposed floor openings.

Page 11 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

Fall Protection Systems


Where fall protection systems are used then the Contractor must ensure the following is applied:
i. Only approved full body harness and two shock-absorbing lanyards are used,
ii. Prior establishment of a rescue plan for the immediate rescue of an employee in the event they experience a
fall while using the system,
iii. Anchorage points must be at waist level or higher; and capable of supporting at least the attached weight,
iv. Lifeline systems must be approved by Balmer Lawrie before use.
v. Use of ISI marked industrial helmet at all point of time.

Scaffolding
All scaffolds shall subject to a documented inspection by a competent person and clearly marked prior to use. The
footings or anchorage for scaffolds shall be sound, rigid and capable of carrying the maximum intended load without
settling or displacement. All scaffolding materials should be of MS tubular type.

Guardrails and toe-boards shall be installed on all open sides and ends of scaffold platforms. Scaffolds shall be provided
with an access ladder or equivalent safe access. Contractor Personnel shall not climb or work from scaffold handrails,
mid-rails or brace members.

Stairways and Ladders


Ladders should only be used for light duty, short-term work or access in line with the below and the Site Requirements.
i) Fabricated ladders are prohibited.
ii) Ladders will be secured to keep them from shifting, slipping, being knocked or blown over.
iii) Ladders will never be tied to facility services piping, conduits, or ventilation ducting.
iv) Ladders will be lowered and securely stored at the end of each workday.
a) Ladders shall be maintained free of oil, grease and other slipping hazards
b) Ladders will be visually inspected by a competent person and approved for use before being put into
service. Each user shall inspect ladders visually before using.
c) Ladders with structural defects shall be tagged "Do Not Use," immediately taken out of service, and
removed from the Site by the end of the day.

Lifting Operations
Cranes and Hoisting Equipment
Contractors shall operate and maintain cranes and hoisting equipment in accordance with manufacturer’s specifications
and legal requirements.
Only Contractor Personnel trained in the use of cranes and hoists are permitted to use them.

Lifting Equipment and Accessories


All lifting equipment / accessories e.g., slings, chains, webbing, chain blocks, winches, jacks etc shall be indicated with
their safe working load have an identification number visible on the unit and be inspected and tested in accordance
with legal requirements.
Damaged equipment / accessories and equipment shall be tagged “out of use” and immediately removed from Site.

Lockout Tag out (“LOTO”)


Prior to performing work on machines or equipment, the Contractor shall ensure that it is familiar with LOTO and Permit
to Work procedures and that all of its affected Contractor Personnel receive the necessary training.

Barricades
Floor openings, stairwells, platforms and walkways, and trenching where a person can fall any distance shall be
adequately barricaded and where necessary, well lit. Where there is a risk of injury from a fall then rigid barriers must
be used.

Barricades must also be used to prevent personnel entering an area where risk of injury is high e.g., during overhead
work activity or electrical testing etc. Such barricading must provide clear visual warning.

Page 12 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
Compressed Gas Cylinders
Gas cylinder shall be securely stored and transported, and identified and used in line with the local requirements. Hose
lines shall be inspected and tested for leaks in line with local requirements. Flash Back arrestor to be used to prevent
any explosion due to back fire.

Electrical Safety
Prior to undertaking any work on live electrical equipment, the Contractor must obtain a Permit to Work from Balmer
Lawrie. Where ever possible live work should be avoided. Any control measures highlighted shall be implemented prior
to work commencing.
The below measures will be taken:
a) Work practices must protect against direct or indirect body contact by means of tools or materials and be
suitable for work conditions and the exposed voltage level.
b) Energized panels will be closed after normal working hours and whenever they are unattended.
Temporary wiring will be de-energized when not in use.
c) Only qualified electrical Contractor Personnel may enter substations and/or transformer and only after
being specifically authorized by Balmer Lawrie.
Hot Works
A Permit to Work must be obtained from Balmer Lawrie prior to any hot works (welding, grinding, open flame work).
Suitable fire extinguishing equipment shall be immediately available. Objects to be welded, cut or heated shall be
moved to a designated safe location, or, if they cannot be readily moved, all movable fire hazards in the vicinity shall be
taken to a safe place. Personnel working around or below the hot works shall be protected from falling or flying objects.
Prior to the use of temporary propane or resistance heating devices approval must be obtained from Balmer Lawrie.

Trenching, Excavating, Drilling and Concreting


A Permit to Work must be obtained from Balmer Lawrie and all underground lines, equipment and electrical cables shall
be identified and located prior to beginning the work. The Contractor shall assign a competent Contractor Personnel to
all trenching and excavation work.
Safe means of access and egress shall be located in trench excavations. Daily inspections shall be conducted by a
competent Contractor Personnel for evidence of a situation that could result in possible cave-ins, indications of failure
of protective systems or other hazardous conditions.
Physical barriers shall be placed around or over trenches and excavations. Flashing light barriers shall be provided at
night.
Environmental Requirements
Waste Management
The Contractor is responsible to remove any waste generated by the work being done on the Site. The Contractor must
dispose of the waste in line with the relevant local legislative requirements. The waste disposal route shall be
documented and made available for Balmer Lawrie to review at any time and may be subject to Balmer Lawrie’s prior
approval.
Wastes (includes rinse from washing of equipment, PPE, tools, etc) are not to be poured into sinks, drains, toilets, or
storm sewers, or onto the ground. Solid or liquid wastes that are hazardous or regulated in any way are not to be
disposed of in general site waste receptacles.
Spills
The Contractor is responsible for the provision of adequate spill kits/protection and the clean up and disposal costs
arising from such spills.
Emissions
The Contractor shall identify and quantify any emission sources associated with the Works. The control measures
associated with these emission shall be subject to the approval of Balmer Lawrie’s Emissions include but are not limited to
noise, dust, fumes, vapours.
Company Seal Signature
Name
Designation
Company
Date

Page 13 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

D - Annexure-I

SCOPE OF SERVICE/WORK & SPECIFICATIONS

1. SCOPE OF SERVICES FOR PMC


Design and Project Management Consultancy including liasioning services for Proposed Building with Workshop in the
ground floor and office at first floor for our T&PD division at IP-Chittoor, Andhra Pradesh.

All Design, engineering, quality control and construction activities shall be done in accordance with the guidelines of
relevant Bureau of Indian Standards (IS) Codes.

2. Description of Project:
Balmer Lawrie & Co. Ltd (SBU- Industrial Packaging, Mumbai) is having Industrial Plot No 62, Patnam Village & Post
Thavanam Palli, Aragonda Road, Chittoor, Andhra Pradesh-517131. Balmer Lawrie & Co. Ltd intends to construct a G+ 1
Workshop with mezzanine floor in the ground floor and office in the first floor at IP-Chittoor, Andhra Pradesh at the
given address above.
• Approximate Construction Details are as following

- Architectural Plan, Layout and Basic & Detail engineering of building of size 10mtr x 30mtr appx which consists
of ground floor which is to be used as workshop and first floor which is to be used as office.

- The ground floor workshop should have a ceiling height of 7 mtrs. And the pillars should have provision for fixing
EOT crane of 10MT capacity.

- A portion of the ground floor workshop should have provision for mazenine floor of steel structure (
approximately 10mtr x 7 mtr at a height of 3.5 mtr from FFL ) which would be placed towards the end of the
ground floor and should have provision for steel ladder.

- Provision should be kept for airline, water line and electrical lines with UPS, network cable etc.

- The first floor should consist of office building with rooms, conference hall, store room, pantry, toilets,
reception, etc and should have proper false roofing, lighting, air-condition provisions.

- All the woodwork, electrical, water line, etc.,

- The first floor should have proper staircase access and also Emergency exit staircase.

- All other requirements such as overhead tank, weather proofing, sunshades with windows should be provided.

- Provision should be given for placing lift to the first floor. Provision should be given in the building for other
general utilities as informed by BL.

- Provision should be given in the building for having Occupational Health Centre (OHC).

THE ABOVE DETAILS ARE INDICATIVE. SUCCESSFUL BIDDER TO CARRY OUT ALL REQUIRED JOBS TO COMPLETE THE
PROJECT IN DISCUSSION WITH BL

Page 14 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

3. The scope of work towards the above-mentioned facility, comprised of the followings –

List of architectural, structural, other related activities & liaisoning services as required are furnished below.
However, any additional work required for successful commissioning of the building shall also be included in
the scope even if the same is not specifically mentioned below:

a) All statutory approvals including approval for dismantling & disposal of debris remaining on ‘as
is basis’ from the local municipality / authority as applicable to ensure compliance of statutory
provisions.

b) Conducting Soil Investigation for at least two bore locks and submitting the report with
recommendations.

c) Preparation of all Architectural plan of the proposed building and preparation of master layout
as required as per statute for statutory approval.

d) Finalization of load details and loading patterns for all the equipment/ cranes etc., in
consultation with BL.

e) Preparation of Computerized structural design of the building & utilities for review and
information of Balmer Lawrie through Project Coordinator. PMC to furnish all design calculation
to the Balmer Lawrie.

f) Preparation of tender drawings for various tender packages comprising civil, EOT crane, DG,
Compressor, fire protection & sprinkler system, electrical, fire detection panel, safety
interlocking in between fire detection system and electrical panel & emergency lighting & AC
electrical panel & AC duct vent damper control & CCTV & Access Control System interior work,
furniture & fixtures, lift etc., in line with approval drawings and as per Balmer Lawrie’s
requirement.

g) Preparation of Autocad working drawings (Good for Construction) for architectural, civil,
structural, EOT Crane of approx. 8Ton - 10 Ton Capacity, water supply, sanitation, electrical
illumination, yard lighting, landscaping of premises, air-conditioning, fire protection, sprinkler &
alarm system, interior work with furniture, CCTV, PA, access control etc for above tender
packages and issuance of requisite number of hard copy of drawings in A0 / A1 size as applicable.
Providing atleast three sets of drawings to the contractor for execution and two sets for the
Balmer Lawries.

h) Obtaining the following statutory approvals/permissions:

i. Municipal approval of building plan including other necessary pre-requisite approvals, fire NOC
both provisional & Final as per provision, occupancy certificate etc.,

ii. All applicable Statutory permission/approval for starting the construction work & for occupation
of the completed structure, Occupancy certificate, Environmental clearance as applicable for the
purpose of occupancy certificate etc.

Page 15 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
i) Ensuring compliance of all statutory provisions related to contract workers engaged by the
contractors of different packages at site during execution.

j) Designing & advising Balmer Lawrie & Co.ltd., on incorporating a scheme in the tender for
relevant contractors to ensure Zero loss time accident at the site. Submitting a monthly
undertaking to the Project Coordinator & the Balmer Lawrie on the Compliance of all statutory
provisions related to Safety of the contract- workers.

k) Liaisoning & follow-ups with local statutory bodies/Panchayat/DTCP to obtain various approvals
pertaining to final occupancy of the building. All statutory fees shall be payable/reimbursed at
actuals by the Balmer Lawrie &Co., however other liaisoning charges shall be included in the
scope.

l) Advising Balmer Lawrie &Co.on the statutory payments well in advance & facilitating the same.

m) Preparation of tender specifications, technical data sheet, material selections and vetting from
the Balmer Lawrie & Co.

n) Preparation of schedule of work and tender estimate for various packages.

o) Deployment of adequate engineering personnel for day-to-day supervision of site work, quality
check, bill certification etc.

p) Checking and certification of monthly bills of the contractors.

q) Follow-ups with various contractors, agencies to expedite progress of work.

r) Progress review meeting fortnightly/ monthly. Submission of Monthly Progress Report to the
Balmer Lawrie & Co.

s) Maintaining Construction site protocol and documentation

t) Support Balmer Lawrie & Co.,with all documents and records for any audit / inspection by Balmer
Lawrie & Co.or external agency

u) PMC to issue Appointment letters & Identity Card to all its employees who are deputed to work
at the site & a copy of both the documents are to be submitted to Balmer Lawrie &co. Site Civil
Engineers.

v) Strive to complete the project within time frame and to the satisfaction of the company by
adhering to a project schedule approved by BL The schedule should have clear and defined
milestones.

w) Issuing Structural Stability Certificate on completion of the work by PMC

Page 16 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

4. Work Packages (WP):

Work Packages will be finalized after finalization of this contract i.e PMC contract. However, indicative work packages
are mentioned below for reference of the bidder –
WP Brief Description Consultancy Execution
1 (Geo Technical Investigation): PMC to conduct, Geo technical By PMC BY PMC
Investigation with sufficient number of field test (namely, Standard
Penetration Test etc) and lab tests to furnish comprehensive report
of soil investigation report with field & laboratory test results, bore
log data, recommendation for foundation system, protection and
settlement as per practice.
2 (Liasioning work) – By PMC BY PMC

PMC shall require to obtain all statutory approvals not limited to


the followings:
a. Construction permission from local Municipality, Panchayat
or DTCP as required.
b. Pollution Control Board
c. Local or concerned Fire Department
i. Any other approvals that may be required to obtain factory
license certificates
j. Statutory fees shall be payable by the Balmer Lawrie &Co.
at actuals.
k. All laisioning cost to be included in the quoted price.
l. Collection of various documents from statutory authorities
to fulfill the compliances.

3 (Architectural, Civil & Structural work for G+1) TPD Building By PMC By selected
PMC to furnish, Architectural Planning, Layout finalization, structural contractor
design, estimation with rate analysis, preparation of Bill of Quantity,
technical specifications including supply and installation of lift, for
tendering and engagement of contractor for the New T&PD building.
The construction supervision of contractor’s work, certification of
bills, quality control and closure shall be under the scope of the PMC.
This work package should be inclusive of all demolition work as
applicable.
4 (Structural facility for installation of EOT Crane) By PMC By selected
Estimation, preparation of technical data sheet, specification, Bill of supplier
Quantity for fixing 1 number EOT Crane of 8T to 10T Capacity.
5 Electrical work By PMC By selected
Estimation, preparation of SLD and demand list, cable sizing contractor
calculation, technical data sheet, all basic and detail engineering,
Bill of Quantity for electrical work, all complete.
6 Interior & Furnishing By PMC By selected
PMC to prepare scheme and seating layout, tender drawings & contractor
working drawings, ergonomics, arrangement of LAN, internet,
intercom/telephone, illumination etc. PMC to prepare BOQ,
technical specification all complete.
7 Finishing & Electrical, waterline, airline, etc for T&PD workshop: By PMC By selected
contractor
Page 17 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
All finishing work, electrical lines, waterlines, airlines, preparation
of process diagram, technical data sheet, specification and BOQ for
tendering and execution.

Note1: These above work packages are indicative and provided to give an idea about the total work done. Work
Packages may change, altered, added or deleted as per discretion of the Balmer Lawrie & Co. during the execution.

Note2: The PMC to furnish a project plan with all activities and baseline preferably in MS Project or any planning
software before commencement of the work.

Note3: All design and drawings shall be prepared in accordance with relevant IS Codes or equivalent international codes
as per practice.

5. LIST OF IS : CODES AND STANDARDS FOR REFERENCE

All work under this specification shall, unless specified otherwise, conform to the latest revisions and/or
replacements of the following or any other Indian Standard Specifications and Codes of Practice. In case any
particular aspect of work is not specifically covered by Indian Standard Specifications, any other standard
practice, as may be specified by the Engineer-in-Charge, shall be followed:

IS : 226 - Indian Standard Specification for Structural Steel (Standard quality)


IS : 269 - Indian Standard Specification for Ordinary, and Low Heat Portland Cement
IS : 383 - Indian Standard Specification for Coarse and Fine Aggregates from Natural
Sources for Concrete
IS : 432 - Indian Standard Specification for Mild steel and Medium Tensile Steel Bars and
Hard Drawn Steel Wire for concrete Reinforcement
IS : 456 - Indian Standard Code of Practice for Plain and Reinforced Concrete.
IS : 457 - Indian Standard Code of Practice for General Construction of Plain and
Reinforced Concrete for Dams and other Massive Structures.
IS : 516 - Indian Standard Specification for Methods of Test for Strength of Concrete
IS : 1139 -Indian Standard Specification for Hot Rolled Mild Steel and Medium Tensile
Steel and High Yield Strength Steel Deformed Bars for Concrete Reinforcement
IS : 1200 Part-II-Indian Standard Specification for Method of measurement Cement
Concrete Work.
IS : 1200 Part-V-Indian Standard Specification for Method of Measurement of
Formwork
IS : 1322 -Indian Standard Specification for Bitumen Felts for Waterproofing and Damp-
proofing
IS : 1489- Indian Standard Specification for Portland - Pozzolona Cement

IS : 2386- Indian Standard Specification for Methods of Test for Aggregates for Concrete. Part-I to VIII
IS : 2502- Indian Standard Code of Practice for Bending and Fixing of Bars for Concrete
Reinforcement
IS : 2654- Integral cement water Proofing compound
IS : 2751- Code of Practice for Welding of Mild Steel Bars used for Reinforced Concrete
Construction
IS : 3696- Safety Code for Scaffolding and Ladders
IS : 3812- Indian Standard Specification for Fly Ash for use as Admixture for Concrete
IS : 4082- Indian Standard Specification for Recommendation on Stacking and Storage of
Construction Materials at site
IS : 4634- Indian Standard Specification for Method of Testing Performance of Batch-type
Page 18 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
Concrete Mixes
IS : 4656- Indian Standard Specification for Form Vibrators for Concrete
IS : 4925- Indian Standard Specification for Concrete Batching and Mixing Plant
IS : 4926- Indian Standard Specification for Ready Mixed Concrete
IS : 4990- Indian Standard Specification for Plywood for Concrete Shuttering work
IS : 5891- Indian Standard Specification for Hand Operated Concrete Mixers
IS : 7969- Safety Code for Storage and Handling of Building Materials
IS : 9077- Code of Practice for Corrosion Protection of Steel Reinforcement in RB and
RCC Construction
IS : 9103- Indian Standard Specification for Admixtures for Concrete
IS : 10262-Recommended Guidelines for Concrete Mix Design.

6. Exhibits:
Balmer Lawrie & Company Limited wishes to have the building with a cladding to give a suitable aesthetic look. To
enable PMC to visualize the same, one of the front claddings of the existing building provided in the exhibit to give a
fare idea about the scope of work and the architectural elevation of the building.

Exhibit for reference (Frontal façade to be planned & designed)

Page 19 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
Annexure -II

E. PREQUALIFICATION CRITERIA

Prospective Bidders should full fill the following criterion for opening of price bids:

SR Criteria Documents need to submit


NO
1 Architect or Civil Engineering consultancy firms having Certificate of Incorporation/ Certificate
registered office in Andhra Pradesh/Telengana states are only of Registration/ Trade License / Factory
eligible to apply. The bidder shall have at least three-year License / UDYAM Registration / CA
experience in Project Management / Architectural or Civil certified letter mentioning date of
Engineering Consultancy services. commencement of business.
2 Organization having experience in providing Design and Purchase Order copies and work
Project Management Consultancy including liasioning completion certificate/Tax Invoices / CA
services with local municipality for residential/ commercial/ Certified letter mentioning the number
industrial buildings projects in the state of Andhra of orders completed with their
Pradesh/Telangana during last Three (3) financial years ending respective value satisfying either of
31.03.2023 of the following minimum values: criteria. Also copies of Work Order
and should meet either of the following criteria – pertaining to last one year should also
be submitted.
Three similar completed works costing not less than the
amount equal to 26 Lakhs.
or
a) Two similar completed works costing not less than the
amount equal to 32.5 Lakhs
or
C) One similar completed work costing not less than the
amount equal to 52 Lakhs
3 The bidders should have an average annual financial Chartered Accountant Certified Profit
turnover during the last 3 years (2020-21,2021-22,2022-23), and Loss & Balance Sheet copies/Letter
ending 31st March of previous financial year, should be at
least Rs. 30 Lakhs
4 The tenderer or its Architect must have registration with Copy of registration
either of Association of consulting Civil Engineers (India) OR
Institution of Structural Engineers (India) OR Council of
Architecture (India) OR Indian Institute of Architects.
5 Company's Permanent Account No. (PAN No) & GST No. Copy of Certificate
6 Regular submission of GST Return to the Authority along Copies of GSTR-1 & GSTR 3B
with proof of submission of return for FY -22-23 (GSTR-1
&GSTR-3B)
7 Bidders have to submit the Integrity pact between Balmer Copy of pact
Lawrie & Co. Ltd.,and the participating bidder as per the
format laid down in Annexure: IX, Signed & stamped copy
of Integrity pact (on each page) (Annexure:IX)
8 Bidder should submit the offer only after visiting our site Site visit form (enclosed as Annexure-X)
for understanding the technical requirement clearly as per duly signed by both vendor’s
site condition. representative and BL representative on
visit should be submitted.
Bidders who are having unresolved issues, disputes, complaints, legal or court cases against the company and
bidders with whom Balmer Lawrie & Co., have/had any dispute during the last 5 years whether the same has/had
been subsequently settled or not, will not be eligible to participate/bid in the tender.
Page 20 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

Note:
a. Only those Vendors who meet the above Pre-qualification criteria will be qualified for opening of Price Bid
subsequently.
b. For bidder whose annual threshold limit is Rs.40Lakhs is exempted for qualification in above clause
number 5

Page 21 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging

-ANNEXURE-III
F. PRICE BID (Sample Format)

(NOT TO BE FILLED IN. PRICE SHOULD BE QUOTED ON LINE ONLY)

1. Design and Project Management Consultancy including liasioning services


for Proposed Worshop and office building for our T&PD division at IP-
Chittoor, Andhra Pradesh.

2. TENDER NO: SBU-IP / MUM / CHITTOOR / PMC / 00 dt.00.00.2024


3.
Sl Job Head Unit Amount (in Rs)
No.
In In Words
Figures

1 Design and Project Management Lump Sum


Consultancy including liasioning services
comprising conducting soil investigation,
liasioning work for statutory approvals,
preparation of tender specifications, cost
estimate, architectural, civil, structural,
electrical, fire protection, sprinkler system,
Crane Bay, interior, statutory approvals, fire
NOC, building Stability/occupancy
certificate, site supervision, quality control,
contractors’ bill certification, testing,
periodic meeting, closeout report etc in
respect of proposed Workshop and office
building at our Industrial packaging plant at
Chittoor, Andhra Pradesh, as per scope of
services mentioned in Annexure I
2 Monthly Charges for providing Site LS/month
supervisor/Engineer on monthly basis
(applicable only beyond contract period of
16 months if delay is not attributable to
PMC)
3 Total Basic (Rs.)

4 Add for GST (percentage to be mentioned by %


the tenderer)
5 TOTAL. Inclusive of GST Rs.

Note1: All statutory fees shall be paid by the Balmer Lawrie &Co.at actuals with documentary evidences or
may be reimbursed to the PMC if PMC pays it on behalf of the Balmer Lawrie &Co. Ltd.

Note2: The total quoted price will be bifurcated into Part – A (40% of the total value) & Part – B (60% of the
Page 22 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
total value) as mentioned in the payment terms.

G- ANNEXURE-IV

CONDITIONS FOR ONLINE BID SUBMISSION


1. Registration with eProcurement platform:

For registration and online bid submission bidders may contact HELP DESK of M/s C1 India Pvt., Ltd.
Contact Nos. and email IDs for C1 India helpdesk officers

1. Ms. Ritu Patil (Mumbai) , +91-0124-4302000 (Ex-236) (Monday-Friday) Email - ritu.patil@c1india.com


2. Mr. Tirtha Das, Mob +91 -9163254290 Email - tirtha.das@c1india.com (Kolkata / Monday -Friday)
3. Mr.Lakshmanan Mobile: +91 – 8248990022 email: lakshmanan@c1india.com (Chennai /Monday-
Saturday)
4. Helpdesk Support (Kolkata) Email -blsupport@c1india.com - (Monday – Saturday) +91 -8017272644
Escalation level 1– Mr.Tuhin Ghosh,Mob.+91-8981165071 Email – tuhin.ghosh@c1india.com
Escalation level 2 -Mr.Sandeep Bhandari /sandeep.bhandari@c1india.com +91-8826814007

Requisites Before Login to System (Software requirements.)


Minimum System Requirements:

• Pentium III or Later Processor

• Minimum of 128 MB of RAM

• Minimum 1 USB port (If Certificate is in USB Token)

• DSC Dongle driver should be installed before logging in

• Reliable Internet Connectivity

• Certificate with full chain

• Certificate should not be expired it should be valid certificate

Operating System:
• Windows 2000 Professional

• Windows XP

Browser Version:
• Internet ExplorerVersions 6.0 SP2 and above

Java Component:
• Go to Control panel>Add/Remove Programs>

•Check whether Java Runtime Environmentis installed on your machine or not.

2. Procedure for Bid Submission


The bidder shall submit his response through bid submission to the tender on e. Procurement platform

Page 23 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE2666 dated 04.04.2024
SBU: Industrial Packaging
at https://balmerlawrie.eproc.in by following the procedure given in the Catalogue.

Page 24 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
3. Digital Certificate authentication:

The bidder shall authenticate the bid with his Digital Certificate (Class III) 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.

4. 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.

5. Submission of Hard copies:

After submission of bid online, the bidders are requested to submit necessary documents if any which
cannot be uploaded online to the Tender Inviting Authority before the due date at our Ballard Estate Office
at 5, J.N. Heredia Marg, Ballard Estate, Mumbai-400 001. 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/SD if any, cancellation of work and
criminal prosecution.

Disclaimer Clause
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.

Page 25 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

H - ANNEXURE- V

BANK GUARANTEE AGAINST PERFORMANCE


(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Letter of Guarantee No.

Dated : the day of

THE GUARANTEE is executed at Mumbai on the day of ………………….by ..................... (set out fu ll name and
address of the Bank) (hereinafter referred to as “the Bank” which expression shall unless expressly executed or repugnant to the
context or meaning thereof mean and include its successors and assigns).

WHEREAS Balmer Lawrie & Co. Ltd. 5, J N Heredia Marg, Ballard Estate, Mumbai – 400 001, India, an existing company within the
meaning of the Companies Act, 1956 and having its Registered Office at 21, Netaji Subhas Road, Kolkata – 700 001 (hereinafter
referred to as “the Company”) issued a Tender being No. dated (hereinafter referred to as “the said Tender”)
for (set out purpose of the job) and pursuant thereto M/s. ......................................................... (set out full name and address of the
Contractor) (hereinafter referred to as “the Contractor” which term or expression wherever the context so requires shall mean and
include the partner or partners of the
Contractor for the time being/his/its heirs, executors, administrators, successors and assigns) (delete which are not applicable) has
accepted the said Tender and field its quotation.

AND WHEREAS the quotation of the Contractor had been accepted by the Company and in pursuance thereof an Order being
No………………. dated ...................(hereinafter referred to as “the said Order”) has been placed by the Company on the Contractor for
(set out purpose of the job).

AND WHEREAS under the terms of the said Order the Contractor is required to furnish the Company at their/his/its own costs and
expenses a Bank Guarantee for Rs………………………….(Rupees .................................... only) as performance guarantee for the fulfilment
of the terms and conditions of the said Tender and to do execute and perform the obligations of the Contractor under the Agreement
dated the …………….. day of ......................... (hereinafter referred to as “the Agreement “) entered into by and between the Company
of the one part and the Contractor of the other part, the terms of the said Tender and the terms contained in the said Order which
expression shall include all amendments and/or modifications/or variation thereto.

AND WHEREAS the quotation of the Contractor has been accepted by the Company and in pursuance thereof an Order being No. :
dated (hereinafter referred to as “the said Order”) has been placed by the Company on the Contractor
for (set out purpose of the job).

AND WHEREAS under the terms of the said Order the Contractor is required to furnish the Company at their / his / its own costs and
expenses a Bank guarantee for Rs. (Rupees only) as performance guarantee for the fulfillment of
the terms and conditions of the said Tender and to do execute and perform the obligations of the Contractor under the Agreement
dated the day of (hereinafter referred to as “the Agreement”) entered into by and between the
Company of the one part and the Contractor of the other part, the terms of the said Tender and the terms contained in the said order
which expression shall include all amendments and / or modifications and / or variation thereto.

AND WHEREAS the Contractor had agreed to provide to the Company a Bank Guarantee as security for the due performance of their
/ his / its obligations truly and faithfully as hereinbefore mentioned.
NOW THIS GUARANTEE WITNESSETH as follows :

1. In consideration of the aforesaid premises at the request of the Contractor, we............................... (set out the full name of
the Bank) the Bankers of the Contractor shall perform fully and faithfully their/his/its contractual obligations under the Agreement
dated the ……………………. day of ………….. entered into by and between the Company of the one part and the Contractor of the other
part, the terms and conditions of the said Tender and the said Order.

2. We, ................................ (set out full name of the Bank) do hereby undertake to pay to the Company without any deduction
whatsoever a sum not exceeding Rs………………… (Rupees .............................. only) without any protest, demur or proof or condition on
receipt of a written demand from the Company stating that the amount claimed is due by way of loss and damage caused to or would
be caused to or suffered by the Company due to bad workmanship or by reason of breach of any of the terms and conditions of the
Agreement, the said Tender and the said Order hereinbefore mentioned.

Page 26 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
3. The Guarantee is issued as security against due performance of the obligations of the Contractor or under the Agreement
aforesaid and the said Tender and the said Order hereinbefore mentioned and subject to the conditions that our liabilities under this
Guarantee is limited to a maximum sum of Rs………………. (Rupees ............................................................... only) or the amount of loss
or damage suffered or to be suffered by the Company in its opinion at any period of time, whichever is lower.

4. We, ...................................... (set out full name of the Bank) further agree that the undertaking herein contained shall remain
in full force for a period of months from the date of the satisfactory execution of the Contract.

This Guarantee shall not be affected by any amendment or change in the Agreement or change in the constitution of the Bank and/or
the Company and/or the Contractor.

We....................................... (set out full name of the Bank) undertake not to revoke this Agreement during its currency except with
the previous consent of the Company in writing.

All claim under this Guarantee must be presented to us within the time stipulated after which date the Company’s claim/right under
this Guarantee shall be forfeited and we, .................................... (set out full name of the Bank) shall be released and discharged from
all liabilities hereunder.

This instrument shall be returned upon its expiry or settlement of claim(s) if any, thereunder.

Notwithstanding anything contained hereinbefore our total liabilities under this Guarantee shall not exceed a sum of Rs………………..
(Rupees .................................................... only) and unless a demand or claim in writing under this Guarantee reaches us on or before
the date of........................ (last date of claim) and if no claim is received by us by that date all rights and claims of the Company under
this Guarantee shall be forfeited and we, ................................. (set out full name of the Bank) shall be released and discharged of all
our liabilities under this Guarantee thereafter.

We have power to issue this guarantee in your favour under our Memorandum and Articles of Association and the undersigned has
full power to execute this Guarantee under Power of Attorney dated the …………… day of .......................... granted to him by the Bank.

Place :

Date :

Page 27 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT

Balmer Lawrie & Co. Ltd.


MUMBAI – 400 001
India.

Dear Sir,

That Messrs/Mr. ................... (set out full name and address and constitution of the Contractor) (hereinafter
referred to as “the Contractor”) filed their/his/its quotation against your Tender being Tender No.
………………….. dated …………….. (hereinafter referred as “the said Tender”) for the work
……………………………………………………….. (set out the purpose of the job) and in pursuance thereto an Order
being No. …………….. dated ........... (hereinafter to as “the Order”) was issued by you to the Contractor.

The conditions of the said Tender, inter alia, requires that the Contractor shall pay a sum of Rs……………………….
only) as full security deposit (hereinafter referred to as “the security deposit”) in the form therein mentioned.
The form of payment of security deposit includes a guarantee to be executed by a Scheduled Bank.

The said Messrs/Mr. ...........................(set out full name of the Contractor) have/has approached us and at
their/his/its request and in consideration of the premises We ............................ (set out full name of the Bank)
having our office, inter alia at ……………………… (state the address of the Bank) have agreed to give such
guarantee in the manner following :

1. We,.......................... (set out full name of the Bank), hereby undertake with you if default is made by
Messrs/Mr. ................ (set out full name of the Contractor) in performing any of the terms and conditions
of the Tender and/or in payment of the security deposit or any other or in payment of money payable to
you. We,.................. (set out full name of the Bank) shall merely on demand from you without demur or
protest shall pay you the said amount of Rs……………… (Rupees ................... only) or such portion thereof
not exceeding the said sum as you may demand from time to time.

2. We,...................................... (set out full name of the Bank), further agree with you that you hereunder to
adopt any mode for realisation of your dues from the Contractor and/or to vary any of the Terms and
Conditions of your Contract with the said Messrs/Mr. ................(set out full name of the Contractor), or to
extend time of performance by Contractor from time to time or to postpone for any time or from time to
time any of the powers exercisable by you against Contractor and to forbear or enforce any of the terms
and conditions relating to the Contract and we, ....................... (set out full name of the Bank) shall not be
relieved from our liability by reason of any such variation, or any indulgence to be given by you to the
Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but
for this provision have effect of so releasing us.

3. Your right to recover the said sum of Rs……………….. (Rupees.......................................... only) from us in the
manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes
is/are pending before any Officer, tribunal, court or any other authority or authorities.

4. The guarantee herein contained shall not be determined or affected by liquidation or winding up,
dissolution or change of constitution or insolvency of the said Messrs/Mr. ............................. (set out the
full name of the Contractors), but shall in all respect, and for all purposes be binding and operative until
payment of all the money due to you in respect of such liabilities is paid,

5. Our liability under this guarantee is restricted to Rs. ……………….. (Rupees ........................................... only).
Page 28 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

6. Our guarantee shall remain in force and effect until ........................... (set out the date of expiry) and unless
a claim or demand in writing is made against us under this guarantee before the expiry of six months
from the aforesaid date i.e. ............. (set out last date of Claim period), the said Guarantee all your rights
under this guarantee shall be forfeited and we, ........................ (set out full name of the Bank) shall be
relieved and discharged from all liabilities thereunder.

We , .................................. (set out full name of the Bank) undertake not to revoke this Guarantee during its
currency except with your previous consent in writing.

We, .......................................... (set out full name of the Bank) have power to issue this Guarantee in your
favour under our Memorandum and Articles of Association and the undersigned has full power to
execute/sign this Guarantee under the Power of the Attorney dated the ................. day of Two Thousand and
Four granted by the Bank.

Yours faithfully,

Dated : ……………………..
(Place): …………………………
(Signature of Officer on……………………behalf of..................)
(Set out name of the Bank)
(Date)……………………

Page 29 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

I- Annexure -VI

GST Compliances

[1] Vendor to comply with all requirements under GST and provide their GST Registration details as per
Annexure-VI attached

[2] Vendor to issue a valid invoice with correct and complete disclosures as required under GST invoice
rules and payments shall be processed only post receipt of correct invoice from the vendor

[3] Vendor has to provide clear indication of place of supply [Invoicing location] related to place of
supplies [BL location].

[4] Vendors are required to raise invoice as per the GST tax structure.

[5] Vendors to ensure that all invoices submitted are compliant with GST Laws. Any discrepancies in the
Invoice which results in tax credit loss to Balmer Lawrie will be recovered from vendors.

[6] In case of advance payment against goods/services, vendor to ensure payment of tax as per GST Laws.

[7] Balmer Lawrie will keep a watch on compliance rating of their vendors as per the GST portal. If at any
time such rating falls below prescribed criteria, Balmer Lawrie will have right to terminate the
services without any prior notice to vendor.

[8] Vendor should compulsorily follow all the provisions of GST and in the event any default for
fulfilling any provisions of the Act, BL would exercise the right for non- payment/withholding
payment / black listing the vendor / debarring the vendor from participating in future tenders for
a certain period [to be decided by BL].

Company Seal Signature


Name
Designation
Company
Date

Page 30 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
J -ANNEXURE-VII
DETAILS OF VENDOR
Vendor is requested to provide all the data in the table below, as applicable:

1. Supplier Name

2. Address 1

3. Address 2

4. City

5. Postal code
6. State

7. Tel No

8. Mob No

9. Email
Domestic / service vendor / MSME* / trader /
10. Industry Type* others (specify it)
If MSME registered, provide
11.
UDYAM Regn number *
If MSME registered, under
12.
category SC/ST?
If MSME registered, Male /
13.
Female?
14. Contact Person

15. PAN no*


16. Type of vendor Individual / Proprietorship/Pvt Ltd/PSU
If individual/proprietorship,
17. provide Aadhaar No. linked to
PAN
18. State code (as per GST)

GSTIN Registration number &


19.
proof*
20. Particulars of Bank Account *

(a) Name of the Bank

(b) Name of the Branch


Type of Bank Account
(c) (Current/Saving/Cash Credit etc)

(d) Account No.


(e) IFSC No.
* - relevant registration/certificate copies & statutory documents as per GST requirements shall be submitted. Also
cancelled/ copy of cheque for bank account verification need to be submitted by vendors who have not done any
transactions with BL in last 2 years.

Page 31 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
K. ANNEXURE –VIII:
Purchase Preference for Make in India and MSE suppliers CPPP Declaration and
Restriction on ground of Defense of India & National Security
1. Purchase Preference under Public Procurement (Preference to Make in India) Order:

A. For this procurement, Public Procurement (Preference to Make in India), Order 2017 dated
15.06.2017, 28.05.2018 29.05.2018 and subsequent revision issued on 04.06.2020 by the respective
Nodal Ministry shall be applicable even if issued after issue of this NIT but before finalization of
contract / PO / WO against this NIT. In the event of any Nodal Ministry prescribing higher or lower
percentage of purchase preference and / or local content in respect of this procurement, same shall
be applicable.

Definitions: for purpose of the above order.

“Local content” means the amount of value added in India which shall, unless otherwise prescribed
by the Nodal Ministry, be the total value of the item procured (excluding net domestic indirect taxes)
minus the value of imported content in the item (including all customs duties) as a proportion of the
total value, in percent.

“Class-I local supplier” means a supplier or service provider, whose goods, services or works offered
for procurement, has local content equal to or more than 50%, as defined under the Order.

“Class-II local supplier” means a supplier or service provider, whose goods, services or works
offered for procurement, has local content mare than 20% but less than 50%, as defined under the
Order.

“Non - Local supplier” means a supplier or service provider, whose goods, services or works offered
for procurement, has local content less than or equal to 20%, as defined under the order.

“L1” means the lowest tender or lowest bid or the lowest quotation received in a tender, bidding
process or other procurement solicitation as adjudged in the evaluation process as per the tender or
other procurement solicitation.

“Margin of purchase preference” means the maximum extent to which the price quoted by a *Class-
I local supplier’ may be above the L1 1or the purpose of purchase preference.

“Nodal Ministry” means the Ministry or Department identified pursuant to this order in respect of a
particular item of goods or services or works.

B. For implementation of the above order following mechanism will be adopted for operating
Purchase preference under this Tender enquiry:

“All the item/s of this Tender will be considered as non-divisible and following procedure will be
adopted for operating Purchase Preference”

 Among all qualified bids, the lowest bid will be termed as L1.
 If L1 is Class-I local supplier, full quantity will be awarded to L1.

Page 32 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
 If L1 is not from a Class-I local supplier, the lowest bidder among the Class-I local suppliers,
will be invited to match the L1 price if their price is within 20% band of the L1 price in order
of bid price from lowest to highest
 If Class-I local supplier matches L1 price the contract will be awarded to them.
 In case none of the Class-I local suppliers are able to match the L1 price, then the contract
will be awarded to the original L1 bidder

Note: For more details and applicability, bidders are requested to refer to Order No. P-
45021/2/2017-PP (BE-II) dated 04th June 2020.

VIII - (A) - DECLARATION –

BIDDER TO SUBMIT ON THEIR LETTER PAD FOR LOCAL CONTENT

Dated …………………….

I/We,M/s………………………………………………………….,address…............................................................. ,
hereby declare that the proportion of imported content to Domestic content in terms of percentage
(%) of the total value of quoted item/s are as follows –

Domestic Content (%) –


Imported Content (%)–

It is also declared that the value addition for the material supplied/ to be supplied is made at
following locations:

a) ……………………………
b) ………………………….
c)……………………………
d)…………………………….

Authorized Signatory,

Page 33 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

VIII (B) DECLARATION ON EXECUTION OF ORDER–

BIDDER TO SUBMIT ON THEIR LETTER PAD

Dated …………………….

We (Name the bidder) hereby declare and accept that if we


withdraw or modify our Bid during the period of validity, or if we are awarded the contract and we
fail to sign the contract, we will be suspended for the period of two years or the contact period
whichever is later

Authorized Signatory,

Page 34 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Restrictions on Ground of Defense of India and national Security:

Restrictions on procurement from a bidder of a country which shares a land border with India

I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender
only if the bidder is registered with the Competent Authority.

II. "Bidder" (Seller / Service Provider) means any person or firm or company, including any member of
a consortium or joint venture (that is an association of several persons, or firms or companies), every
artificial juridical person not falling in any of the descriptions of bidders stated hereinbefore,
including any agency branch or office controlled by such person, participating in a procurement
process.

III. "Bidder from a country which shares a land border with India" for the purpose of this Order means:

a) An entity incorporated, established, or registered in such a country; or


b) A subsidiary of an entity incorporated, established, or registered in such a country; or
c) An entity substantially controlled through entities incorporated, established, or registered in such a
country; or
d) An entity whose beneficial Balmer Lawrie & Co., is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A consortium or joint venture where any member of the consortium or joint venture falls under any
of the above

IV. The beneficial Balmer Lawrie & Co.,for the purpose of (iii) above will be as under:

1. In case of a company or Limited Liability Partnership, the beneficial Balmer Lawrie&Co., is the natural
person(s), who, whether acting alone or together, or through one or more juridical person, has a
controlling Balmer Lawrieship interest or who exercises control through other means. Explanation—

a. "Controlling Balmer Lawrieship interest" means Balmer Lawrieship of or entitlement to more


than twenty- five per cent. of shares or capital or profits of the company;
b. "Control" shall include the right to appoint majority of the directors or to control the
management or policy decisions including by virtue of their shareholding or management
rights or shareholders agreements or voting agreements;

2. In case of a partnership firm, the beneficial Balmer Lawrie is the natural person(s) who, whether acting
alone or together, or through one or more juridical person, has Balmer Lawrieship of entitlement to
more than fifteen percent of capital or profits of the partnership;

3. In case of an unincorporated association or body of individuals, the beneficial Balmer Lawrie is the
natural person(s), who, whether acting alone or together, or through one or more juridical person,
has Balmer Lawrieship of or entitlement to more than fifteen percent of the property or capital or
profits of such association or body of individuals;

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial Balmer Lawrie is
the relevant natural person who holds the position of senior managing official;

Page 35 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

5. In case of a trust, the identification of beneficial Balmer Lawrie(s) shall include identification of the
author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust
and any

other natural person exercising ultimate effective control over the trust through a chain of control
or Balmer Lawrieship.

V. An Agent is a person employed to do any act for another, or to represent another in dealings with
third person.

VI. The successful bidder shall not be allowed to sub-contract works to any contractor from a country
which shares a land border with India unless such contractor is registered with the Competent
Authority. Any false declaration and non-compliance of the above would be a ground for immediate
termination of the contract and further legal action in accordance with the laws.

VIII (C) DECLARATION –

BIDDER TO SUBMIT ON THEIR LETTER PAD FOR RESTRICTIONS ON GROUND OF DEFENSE OF


INDIA AND NATIONAL SECURITY

Dated -

We (Name the bidder) have read the clause regarding restrictions on


procurement from a bidder of a country which shares a land border with India; we hereby certify that this
bidder is not from such a country and is eligible to be considered.

Authorized Signatory,

Page 36 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

VIII (D) DECLARATION –


CPPP DECLARATION

BIDDER TO SUBMIT ON THEIR LETTER PAD

(APPLICABLE TO ONLY MSE VENDORS FOR AVAILING BENEFITS AS PER PUBLIC


PROCUREMENT POLICY FOR MSE’s ORDER 2012.)

Dated …………………….

I/We, M/s ........................................................................................ ,


address…………………………………………………………………, hereby declare that I/We are
registered as MSE supplier and have registered our UDYAM Number:…………..…
.............................................on Central Public Procurement Portal (CPPP).
Balmer Lawrie & Co. Ltd reserves the right to verify the authenticity of the above claim
through CPPP.

I/We hereby also declare the following: -

[1] I/We belong to SC/ST category – Yes / No [Kindly tick the appropriate category].

[2] One of the partner / proprietors is a female – Yes / No [Kindly tick the
appropriate category].

Page 37 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
L. Annexure IX
Integrity Pact

Balmer Lawrie & Co. Limited (BL) hereinafter referred to as "The Principal".

And

-------------------------------------------, hereinafter referred to as "The Bidder/Contractor"

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for Project
Management Consultancy (PMC) Service for Building Workshop and Office at our Industrial Packaging Division at
Chittoor, Andhra Pradesh.
The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of
resources and of fairness/transparency in its relations with its Bidder(s) and /or Contractor(s).

In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will
monitor the tender process and the execution of the contract for compliance with the principles mentioned
above.

Section 1- Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to observe
the following principles:-

a. No employee of the Principal, personally or through family members, will in connection with the
tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person,
any material or immaterial benefit which the person is not legally entitled to.
b. The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will
in particular, before and during the tender process, provide to all Bidder(s) the same information and will
not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain
an advantage in relation to the tender process or the contract execution.
c. The Principal will exclude from the process all known prejudiced persons.

2. If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the
Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section2- Commitments of the Bidder(s)/ Contractor(s)

1. The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the tender process
and during the contract execution.
a. The Bidder(s) / Contractor(s) will not, directly or through any other persons or firm, offer, promise or
give to any of the Principal's employees involved in the tender process or the execution of the contract or
to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain
Page 38 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

in exchange any advantage of any kind whatsoever during the tender process or during the execution of the
contract.

b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions
to restrict competitiveness or to introduce cartelization in the bidding process.

c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the
Bidder(s) /Contractors will not use improperly, for purposes of competition or personal gain, or pass on to
others, any information or document provided by the Principal as part of the business relationship,
regarding plans, technical proposals and business details, including information contained or transmitted
electronically.

d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the
Agents/representatives in India, if any. Similarly, the Bidder(s)/Contractor(s) of Indian Nationality shall
furnish the name and address of the foreign principals, if any. Further details as mentioned in the
"Guidelines on Indian Agents of Foreign Suppliers" shall be disclosed by the Bidder(s)/Contractor(s).
Further, as mentioned in the Guidelines all the payments made to the Indian agent/representative have
to be in Indian Rupees only. Copy of the "Guidelines on Indian Agents of Foreign Suppliers' as annexed
and marked as Annexure – IX (A)

e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made,
is committed to or intends to make to agents, brokers or any other intermediaries in connection with the
award of the contract.

2. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be
an accessory to such offences.

Section 3: Disqualification from tender process and exclusion from future contracts

If the Bidder(s)/Contractor(s), before award or during execution has committed a transgression through a
violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidder(s) /Contractor(s) from the tender process or act as per the
procedure mentioned in the "Balmer Lawrie Policy on Blacklisting". Copy of the "Balmer Lawrie Policy on
Blacklisting" is annexed and marked as Annexure - IX(B).

Section 4: Compensation for Damages

 If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover the damages
equivalent to Earnest Money Deposit/Bid Security.
 If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled
to demand and recover from the Contractor liquidated damages of the Contract value or
the amount equivalent to Performance Bank Guarantee.
Page 39 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Section 5: Previous Transgression


a. The Bidder declares that no previous transgressions occurred in the last three years with any other
company in any country conforming to the anti-corruption approach or with any other public sector
enterprise in India that could justify his exclusion from the tender process.
b. If the bidder makes incorrect statement on this subject, he can be disqualified from the tender process or
action can be taken as per the procedure mentioned in "Balmer Lawrie Policy on Blacklisting".
Section 6: Equal treatment of all Bidders/Contractors/Subcontractors.

a. The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in


conformity with this Integrity Pact, and to submit it to the Principal before contract signing.
b. The Principal will enter into agreements with identical conditions as this one with all bidders,
contractors and subcontractors.
c. The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its
provisions.
Section 7: Criminal charges against violation Bidder(s)/ Contractor(s)/Subcontractor(s).

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee


or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or
if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief
Vigilance Officer.

Section 8: Independent External Monitor/Monitors

(a) The Principal appoints competent and credible Independent External Monitor for this Pact. The task of
the Monitor is to review independently and objectively, whether and to what extent the parties comply
with the obligations under this agreement.
(b) The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairman & Managing Director, BL.
(c) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all
project documentation of the Principal including that provided by the Contractor. The Contractor will
also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to Subcontractors. The
Monitor is under contractual obligation to treat the information and documents of the
Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
(d) The Principal will provide to the Monitor sufficient information about all meetings among the parties
related to the Project provided such meetings could have an impact on the contractual relations
between the Principal and the Contractor. The parties offer to the Monitor the option to participate in
such meetings.
(e) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the
Management of the Principal and request the Management to discontinue or take corrective action, or
to take other relevant action. The monitor can in this regard submit non-binding recommendations.
Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner,
refrain from action or tolerate action.
(f) The Monitor will submit a written report to the CMD, BL within 8 to 10 weeks from the date of reference
or intimation to him by the Principal and, should the occasion arise, submit proposals for correcting
problematic situations.
(g) Monitor shall be entitled to compensation on the same terms as being extended to / provided to
Independent Directors on the BL Board.
Page 40 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
(h) If the Monitor has reported to the CMD, BL, a substantiated suspicion of an offence under relevant
IPC/PC Act, and the CMD, BL has not, within the reasonable time taken visible action to proceed against
such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner.
(i) The word 'Monitor' would include both singular and plural.

Section 9 - Pact Duration

This pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the
last payment under the contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite
the lapse of this pact as specified above, unless it is discharged / determined by CMD, BL.

Section 10 - Other provisions


a. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office
of the Principal, i.e. Kolkata.
b. Changes and supplements as well as termination notices need to be made in writing. Side agreements
have not been made.
c. If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or
consortium members.
d. Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.

(For & on behalf of the Principal) (For & On behalf of Bidder/


Contractor)

(Office Seal) (Office Seal)

Place
Date

Witness 1 :
(Name & Address)

Witness 2 :
(Name & Address)

Page 41 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
ANNEXURE: IX(A)

Page 42 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging
ANNEXURE: IX(B)

Page 43 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 44 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 45 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 46 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 47 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 48 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 49 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 50 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 51 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

Page 52 of 53
Balmer Lawrie & Co. Ltd. Tender No.0100PE0000 dated 00.00.2024
SBU: Industrial Packaging

M . Annexure – X

Site Visit Form

Tender no : Dated -

Site Location: Industrial Packaging, Balmer Lawrie & Co. Ltd., Chittoor

Vendor :

Name of Vendor’s Representative:

Designation of Vendor’s Representative:

Contact No. of Vendor’s Representative:

Date of site visited :

Vendor’s declaration: Understood the site condition and requirement in line with the BL’s scope of
work mentioned in tender /Scope of work.

Signature of Vendor’s representative Signature of BL representative


Name: Name:

Page 53 of 53

You might also like