Office of the - Income Tax...
Transcript of Office of the - Income Tax...
1
" Office of the
! ,~
~ Principal Commissioner of Income tax - 25
Mumbai :<:f\li!>\ Room No. 404, 4'h Floor, Piramal Chambers, Parel (E), Mumbai -12,
Phone -022 24114287
Pro CIT-25/ Cadre Rest/Space allocationfTender/2014-15 Date - 22.12.2014
SHORT TENDER NOITCE
Sealed tenders are invited from reputed/registered Contractors/firms for the purpose of
procurement of goods and services and to install the detachable furniture/ cabins and
fixtures for the staff and officers posted under CIT-25, at C-12/ BKC/6th and 7th floor and that of C-I0,6th floor. The tender document should be submitted in sealed covers to the "Income
tax Officer, Ward 25 (1) (1) Pratyaksha Kar Bhavan , BKC, Room No 705, C-12, 7th Floor,
Mumbai - 51" on or before 7 th lanuaryt 2015.
The details regarding terms and conditions and other documents can be obtained from "Income-tax Officer, Ward 25 (1) (1) Pratyaksha Kar Bhavan, BKe, Room No 705, C-12, 7th Floor, Mumbai - 51" during 11.00 am to 4.00 pm hours on any of the working days, on or
before 7th lanuary, 2015.
The details can also be accessed on department's website - , . incometaxindia.gov.in.
(Anandan Mudaliar ) Income-tax Officer, Ward -25 (1)(1)
For Commissioner of Income tax -25
Mumbai.
2
~. . .-
Office of the !f ~
Principal Commissioner of Income tax - 25 '\ \~'. ' Mumbai :;. ... If;"
Room No. 404, 41h Floor, Piramal Chambers, Parel (E), Mumbai -12,
Phone -022 24114287
Pro CIT-25/ Cadre Rest.jSpace allocation! Tender/2014-15 Date - 22.12.2014
SHORT TENDER NOITCE
Sealed tenders are invited from reputed/ registered Contractors/ firms for the purpose of
procurement of goods and services and to install the detachable furniture/ cabins and fixtures for the staff and officers posted under CIT-25, at C-12/BKC/6Ih and 71h floor and that
of C-I0,6Ih floor. The tender document should be submitted in sealed covers to the "Income-tax Officer, Ward 25 (1) (1) Pratyaksha Kar Bhavan , BKC, Room No 705, C-12, 71h
Floor, Mumbai - 51" on or before 7th Ianuary, 2015.
The details regarding terms and conditions and other documents can be obtained from
"Income-tax Officer, Ward 25 (1) (1) Pratyaksha Kar Bhavan , BKe. Room No 705, C-12, 71h
Floor, Mumbai - 51" during 11.00 am to 4.00 hours on any of the working days, on or before 71h Ianuary, 2015.
The details can also be accessed on department's website - www. incometaxindia.gov.in
3
CHECK LIST
i.) Earnest Money Deposit (EMD) in for the amount stipulated.
ii.) Sales Tax Registration Certificate. OR
Valid VAT registration certificate from Maharashtra State Sales Tax Department.
iii.) Attested copy of Partnership deed or incorporation certificate or shop act licence and Power of attorney.
iv.) The documents in support of qualifying the eligibility criteria.
v.) Details of similar kind/type of work done during last five / three years ..
vi.) An affidavit regarding completeness, correc tness and truthfulness of documents submitted in Envelope of " Teclmical Bid"
v ii.) Declaration by the Contractor.
viii.) Any other supportive document to support your claim as per the different clauses of the Tender Document
4
DETAILED TENDER NOTICE
As a part of the creation of requisite infrastructure subsequent to the Cadre Restructuring in
the Income tax Department, Mumbai; this office require to procure and install the following
goods and services for effective functioning of the office and better delivery of taxpayers
services and facilities.
The details of the such goods and the services needs to be procured and installed at the
Pratyaksha Kar Bhavan, C-12, 6th floor, 7th floor and C-10 ,6th floor BKC, Mumbai -51 (
hereafter mentioned as the site) are as under -
a) Plan , design and execute installation of 7 new rooms/ cabins/ cabinets w ith
detachable partitions and customised file storage unit for the officers at the site with
requisite power connectivity/supply / electrical fittings.
b) Plan, design and execute installation of furniture and fixtures for officers and staff at
the site along with the customise storage solution.
c) Plan, design and execute the beautification of the officers and staff rooms at the site
with the branding m aterial related to Income tax Department and other material as
selected by the CIT-25.
d) Plan, design and execute repairs of the existing furniture and fixtures arising after
the inspection of the furniture available, if any at the site
e) Plan, design and execute any other work which may arise at the time of execution of
the work at the site
It is clarified that the items mentioned at the para 'a' shall be grouped to gather as Part'A' and that of 'b'c',' d',' e',shall be treated as Part - 'B'
The blank Tender Form can be purchased on payment of 5,000/- (Rupees Five thousand
only) per set in the form of Demand Draft drawn on a Scheduled Bank, in favour of through
demand draft favouring "The ZA~, CBDT, Mumbai" payable at Mumbai, on any working
day from 23.12.2014 to 07.12.2014(1l.00am to 04.00pm hrs.) (Except Saturday, Sunday and
Public Holidays) . For purchasing blank tender forms, the Contractor shall attach a copy of
valid necessary documents mentioned in the tender notice published on web-site- www.
incometaxindia.gov.in
5
A. MODE OF SUBMISSION OF TENDER
1. The sealed bids shall be addressed to the Income-tax Officer, "Income-tax Officer, Ward
25 (1) (1) Pratyaksha Kar Bhavan, BKC, Room No 705, C-12, 7th Floor, Mumhai - 51".
2. The bidders are required to submit duly filled 'Technical Bid' and 'Financial Bid'
(Almexure- I & II). It should be written boldly on the top of the envelope (each separate
envelope) as 'Technical Bid' or 'Financial Bid'. Both envelopes should be submitted in
a single sealed cover duly addressed and superscribed with "Tender for Cadre Restructuring -Supply Of Furniture And Fixture- CIT-2S". -Technical/ Financial Bid as the case may be. The bidder will be shortlisted on the basis of their competence after
opening the Technical Bid after the due evaluation of the bids.
3. Compliance of qualification criteria included in tender document is mandatory as
stipulated in the Tender Document. 3. TECHNICAL BID :-
i. The 'Technical Bid' should be as per Annexure- T and should be supported by the documents indicated in the said Annexure and that of the Check list as mentioned supra.
The Contractor shall submit an affidavit (as per format given in Annexure - III) regarding
completeness, correctness and truthfulness of documents submitted in the Technical Bid . ii. Even though the Tenderers meet the stipulated criteria, they are subject to be
disqualified if they have - Made misleading or false representations in the Statements,
attaclunents submitted in proof of the qualification requirements and / or Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history or financial failure etc.
iii Electrical work shall be got executed from Registered / Licenced Electrical
Contractor.
4. FINANCIAL BID :-
i. The tender document, marked as Annexure II itself is a 'Financial Bid'.
11. The financial bid shall be given separately for Part -' A' and Part - ' B'
111. The financial bid shall be evaluated on the basis of cumulative total of all two quotes
and the lowest bid shall be eligible for allotment of work in case the lowest bidder explain its inability to commence the work, the second lowest bidder shall be eligible
for the work subject to the terms and conditions of the bid.
5. The date and time for receipt of envelope containing tender shall strictly apply in all
cases. The tenderers should ensure that their tender is received by this office before
the expiry of the date and time stipulated for submission of tender. No delays on
account of any cause will be entertained for the late submission of tender. Tender
submitted after the stipulated date and time, shall either not be accepted or if inadvertently accepted shall not be opened and shall be returned to the tenderer !:. =opmed.
6
6. If the envelopes are not sealed and marked as above, this office will assume no
responsibility for the misplacement or premature opening of the Tender submitted. A
Tender opened prematurely for this reason shall be liable for rejection. This office shall
also not be liable if the Tenderer mixes the documents and puts the documents
intended to be put in a certain envelope in the other envelope.
7. Initially only the technical bid will be opened. The Financial bid will be opened, only if, the applicant is selected on the basis of technical bid.
8. Rates quoted should be all inclusive and no separate claims will be entertained towards delivery charges, taxes, etc.
9. The financial bid of only those bidders who are short listed on the basis of technical bid will be opened and the bid with lowest quotation amongst the open bids will
normally be approved.
10. The last date of receipt of sealed tender is 7'h January, 2015 till 16:00 Hrs. The sealed tenders should be submitted to "Income-tax Officer. Ward 25 (1) (1) Pratyaksha Kar Ehavan , EKe, Room No 705, C-12, 7,h Floor, Mumbai - 51" between 11 .00 Hrs to
16.00 Hrs on all working days.
B. OPENING OF THE TENDER -
1. The tenders will be opened by the Tender Committee at 7th January, 2015 till 11:00 Hrs. in the conference Hall at 3,d Floor, EKC, Pratyaksha Kar Bhavan, C-12, Mumbai -51 in
the presence of such applicants or their authorised representa tive duly authorised by the
tenderer who are present at the time of opening of the tenders.
On the date, specified in the Tender Notice or notified subsequently, following procedure will be adopted for opening of the Tender
i. Technical Bid
First of all, Technical Bid of the tender will be opened to verify its contents as per requirements. If the various documents contained in this envelope do not meet the
requirements of the s tipulations of the Tender Document, a note will be recorded
accordingly by the tender opening authority and the said tenderers documents including Financial Bid will not be considered for further action and the same will be recorded. The decision of the tender opening authority in this regard will be final and
binding on the tenderers.
11. Financial Bid
The contents of Technical Bid will be and other stipulations of the tender document.
The Financial Bid of only eligible tenderers will be opened. The Financial Bid will be
opened either on same date of opening of Technical Bid or at any suitable date
thereafter. In that case, the date and time of opening of Financial Bid will be
k
7
communicated to the eligible tenderers (whose submission in Technical Bid found
acceptable) by suitable means. a) If, in case of unforeseen circumstances or administrative requirements, the
applications cannot be opened on the above mentioned date and time, the same will be
opened on a subsequent date as would be notified to the tenderers.
b) Tenders submitted late will not be considered.
c) The tender details are also available at Notice Board, Pratyakshakar Bhavan BKC,
Mumbai and on www.incometaxindia.gov.in
d) This office reserves the right to postpone/and/or extend the date of receipt, opening of bids or to withdraw the same without assigning any reason thereof.
e) All the rates must be written both in figures and words. Corrections, if any, are to be made by crossing out, initialling, dating and rewriting. In case of discrepancy between
the words and figures, the rates indicated in figures shall prevail. All
overwriting/cutting, insertions shall be authenticated and attested .
f) Rates/ Quotations should be submitted and signed by the firm / agency with its
current business address.
g) The bidder shall sign and stamp each page of this bid document and all other enclosures appended to it as a token of having read and understood the terms and conditions contained herein and submit the same.
h) The bidder must comply with the rates / quotations, specification and all terms and conditions of conh·act. No deviation in the terms and conditions of the contract shall be
entertained unless specifically mentioned by the bidder in the rate / quotation and accepted by the department.
C. EARNEST MONEY An Earnest Money Deposit (EMD) (returnable if the bid is not successful) of Rs. 50,000/
(Rupees One Hundred Thousands) through demand draft favouring "The ZAO, CBDT,
Mumbai" Should be enclosed with the Technical bid. No interest will be payable on the
EMD. The EMD of the successful bidder will be retained till the completion of the contract.
In case the successful bidder fails to sign the contract or does not start the assigned work in stipulated time, the EMD will be forfeited.
For any clarification in the matter, prior appointment may be made with "Income-tax Officer, Ward 25 (1) (1) Pratyaksha Kar Bhavan , BKC, Room No 705, C-12, 7th Floor, J. mlM' - 51" ,t lli, olli" d "",' "" office hoo rn.
8
D. THE SCOPE OF WORK
E. Plan, design and execute installation of 7 new rooms/ cabins/ cabinets with
detachable partitions and customised file storage unit for the officers at the site with
requisite power connectivity/supply / electrical fittings.
F. Plan, design and execute installa tion of furniture and fixtures for officers and staff at
the site along with the customise storage solution.
G. Plan, design and execute the beautification of the officers and staff rooms at the site with the branding material related to Income tax Department and other material as
selected by the CIT-25.
H. Plan, design and execu te repairs of the existing furniture and fixtures arising after
the inspection of the furniture available, if any at the site
I. Plan, design and execute any other work which may arise at the time of execution of
the work at the site
It is clarified that the items mentioned at the para 'a' shall be grouped to gather as Part -'A' and that of 'b'c','d ' ,'e',shall be treated as Part -'B'
It is further clarified that -
1. The recipient of contract is required to supply and install the furniture and fixtures as
per specifications in the documents available with the "Income-tax Officer, Ward 25
(1) (1) Pratyaksha Kar Bhavan, BKC, Room No 705, C-12, 7th Floor, Mumbai - 51".
However, the exact details of the installation of the funrniture and fixtures shall be
ascertained after the site visi t.
iL The recipient of the contract w ill also be required to do other works arising out of
shifting of office equipments/ furniture in space allocated to the staff and the offiers.
The work shall be specified during physical inspection by the recipient. Ill. The recipient shall carry out the work subject to approval by the Commissioner of
Income-tax-25, Mumbai or any other person nominated by him for the same.
iv. The material to be used shall be as per the specifications given in the document
available with the "Income-tax Officer, Ward 25 (1) (1) Pratyaksha Kar Bhavan , BKe
Room No 705, C-12, 7'" Floor, Mumbai - 51"
v. The reCipient shall design the plan for installation of furniture and fixture with
respect to the space available, subject to the specifications mentioned in the document and get the design approved from the Conunissioner of Income-tax-25,
Mumbai or the person or the conunittee nominated/ constituted for planning and
execution of the job.
receipt of work order.
9
E. ELIGIBILITY CRITERIA
(i) The applicant should be having experience of at least 5 years in providing/ installation of furniture and fixture of commercial/ office space and
supervision of the work, (Preferably in with respect to the Government offices).
(ii) The applicant should have turnover ( total receipts) from such work of more than
Rs. 200 lakhs for each Financial Year for last five Financial Years viz. 09-10.10-11,11-
12,12-13 and 13-14 and cumulative turnover of Rs 1000 Lakhs and more for such five Financial Years. The applicant shall submit the copy of the Profit & Loss account of the relevant years or the CA certificate.
(iii) The applicant should be regularly assessed to Income-tax and also have registration
under service tax and other direct and indirect taxed under any laws for time being
in force within the jurisdiction of work site. The applicant shall attach the certificate
of incorporation or any other such evidence under a law for time being in force in
India .
(iv) The applicant shall submit the names of five clients for judging the quality of work,
including at least three similar type of works completed for Government or Semi
Government agency/corporation or local Authority. Please attach the copy of work
order or completion certificate for each work.
(v) The applicant should not have been blacklisted or debarred from participating in the
tenders at any point of time by any of the Central or State Government, Semi
Government or local body or any other agencies at any point of time.
(vi) The contractor /Firm should be preferably based in Mumbai
A self certificate to this effect (on all the above points) should accompany the technical bid.
F. INSTRUCTIONS TO THE BIDDERS:
1. The tender forms comprising of Technical Bid, Eligibility and qualification criteria in one envelope and and Financial bid, duly filled and complete in all respects in
another envelope , shall be submitted in single sealed cover to the "Income-tax Officer, Ward 25 (1) (1) Pratyaksha Kar Bhavan, BKC, Room No 705, C-12, 7th Floor, Mumbai - 51" The following information should be clearly indicated on the
envelope.
a. Closing Date of Tender.
b. ''Tender for Cadre Restructuring -Supply Of Furniture And Fixture- CIT-25",
c. Name and address, contact number of the Firm. d. Name of and number of the Authorized Person
10
2. Each page of the Tender document should be signed by the bidder with Seal of the
Agency / Firm as a token of having read and understood the terms and conditions
therein and to be submitted along with the bid form.
3. The prices and rates are to be written in both figures and words.
4. The rates should be inclusive of all taxes.
5. The bid may be rejected if it is not complete in any respect.
6. Furnishing of false, misleading, inaccurate information or particulars in the bid
document or in any other manner shall lead to the disqualification of the bid and bidder at any stage or time. It shall also lead to termination of the contract, if awarded.
7. Bids once submitted shall to be allowed to be withdrawn and any default after
acceptance of the bid shall be deemed to be non compliance of terms of contract and
the E.M.D. will be liable for forfeiture.
8. The tenderer to whom the work is awarded would furnish name, address and
contact number of a person with whom the Department / Controlling officer will keep contact, with regard to services being provided by such applicant on day to day
basis.
9. During the period of the execution of work, change in rates will not be entertained
under any circumstances. 10. The Commissioner of Income-tax-25, Mumbai will have the final right to elect the
suitable bidder most suited and responsive to its requirement & reserves the right to
accept or reject any bid without assigning any reason.
11. Time is of the essence of this conh·act. The Contract should be executed completely to
the satisfaction of the Department within 07 days of awarding of the same. In case of
delay in executing the contract, penalty @ Rs. 10,000/ - per day of delay will be charged and deducted from the amounts payable to the contractor.
12. The applicant shall submit the copy / s of the requisite document for support of its clainl wherever necessary. The CIT-25, Murnbai or person or Corrunittee nominated
by the CIT -25, Mumbai shall have all rights to decide the eligibility, sufficiency and
requirement of such documents.
13. While, the vendor and Government shall make every effort to resolve amicably by
direct informal, even then, if any disagreement or dispute arising between them
under or in connection with terms and conditions shall be settled under the Court of
Law within its jurisdiction at Mumbai. The resultant contract will be interpreted
j;"de, 1m"'" Low,.
11
14. Quantity of Furniture indicated is subject to increase or decrease at discretion of this
office without assigning any reason.
15. Tender once submitted shall not withdrawn by the tenderer before its opening.
16. Quotations/Tenders received late i.e after due date and time will be summarily
rejected.
17. Details of viz. "After sales Services Facility" including name, address, contact nos.etc. should also be mentioned in the offer. Rate must be shown in the figure as well as in
works.
G. TIME LIMIT The work is to be completed within time limit as specified in the tender notice which
shall be reckoned from the date of written order for commencing the work and shall
be inclusive of monsoon period.
H. CLARIFICATIONS To assist in process of evaluation of tenders, this office may at its sole discretion, ask
any Tenderer for clarification on its tender. The request for clarification and the
response shall be in writing or bye_mail. No change in the substance of Tender would be permitted by way of such clarifications.
I. ACCEIT ANCE OF THE TENDER Acceptance of the tender would be intimated to the successful tenderer (most
preferred tenderer) by letter or telegraphically or otherwise. The tenderer whose tender is accepted will have to enter in to a regular B-1 agreement available with the
ITO 25(1) (1) within time stipulated in acceptance letter to do so i.e. within one day.
In case of failure on the part of Tenderer to sign the agreement within the stipulated
time, the earnest money paid by him shall stand forfeited.
J. TENDERER TO INFORM HIMSELF FULLY a) The Tenderers shall be presumed to have carefully examined the drawings,
conditions and specifications of the work and have fully acquainted themselves with all details of the site, labour conditions and in general with all the
necessary information and data pertaining to the work, prior to tendering for the work. The Tenderer shall obtain all necessary information as to the risk,
contingencies and other circumstances, which may affect and influence the
tender. No claims for any of the above or any other factors will be entertained
by this office should there be any discrepancy, doubt or obscurity as to the
meaning of the tender documents or as to this instructions be observed by him. b) The data whatsoever supplied by the Department along with the tender L documents are meant to serve only as guide for the tenderers while tendering
12
and this office accepts no responsibility whatsoever either for the accuracy of
data or for their comprehensiveness. c) The Tenderer shall be responsible for all costs associated with the preparation
of its Tender and its participation in the tendering process including site visits,
survey, design, investigations, estimation, financial analysis etc. This office
shall neither be responsible nor in any way liable for such costs, regardless of
the conduct or outcome of the Tendering process. d) The Contractor shall have to give a declaration to the effect that he has fully
studied the plans, specifications, local conditions, availability of labour, amenities for labour, labour cess and all other applicable taxes to be paid,
materials etc. Contractor shall quote his rates with due consideration to all
these factors.
Power of Attorney U the Tenderers are a firm or company, they should in their forwarding letter mention the
names of all the partners together with the name of the person who holds the Power of Attorney, authorizing him to conduct all transactions on behal£ of the body, with regards to
the tender for the work.
The tenderer may, in the forwarding letter, mention any points he may wish to make clear
but the right is reserved to reject the same or the whole of the tender if the same becomes conditional tender thereby. The Contractor or the firm tendering for the work shall inform this office if they appoint
their authorized Agent of the work.
No foreign exchange will be released by this office for the purchase of plants and machinery
for the work by the Conh·actor. Any dues arising out of contract will be recovered from the Contractor as arrears of Land
Revenue, if not paid amicably. Moreover, recovery of dues of this office from the
Contractors will be effected from the payment due to the Contractor from any other Government / Semi Government works under execution with them.
The Income Tax as per the prevailing rate including surcharge or percentage in force from time to time or at the rate as intimated by the competent Income Tax authority shall be
deducted from bill amount whether measured bill, advance payment or secured advance.
K. VALIDITY PERIOD (TENDER VALIDITY) The offer shall remain open for acceptance for minimum period of 02 days from the last date
of submission of the tender (including all valid extensions for last date of submission) and thereafter until it is withdrawn by the Contractor by notice in writing duly addressed to this office and sent by Registered Post Acknowledgment Due, so as to reach well before the
expiry of the validity period.
L. LANGUAGE AND CURRENCY
The language of Tender and all related documents and correspondence shall be in English
only. Supporting documents and printed literature furnished by Tenderer along with the
Tender may be in any other language provided that they are accompanied by appropriate
J lliI''''ffi in Eo,",h d,Iy ' uIh,uIi""". S,,,,<Iing ~I,d,', which ,~ u,' """li"lly
13
translated into English, shall not be considered for evaluation. The currency for the
purpose of the Tender shall be' (Indian Rupees) only.
N. NUMBER OF TENDERS
Each Tenderer shall submit only one (1) Tender in response to this Tender Documents.
Submission of more than one Tender by any Tenderer shall be sufficient grounds for disqualification of the Tenderer. In case, any entity or any member is part of more than one
Tenderer such entity / Tenderer will be disqualified.
The right is reserved to revise or amend the contract documents prior to the last date notified for the receipt of tenders or such extended date. Such deviations amendments or extension if any shall be communica ted in the form of Corrigendum / CSD by letter or / and notice in News Paper as may be considered suitable.
O. TERMS OF PAYMENT :-
No advance shall be paid on allotment of work. Payment shall be made only after satisfactory completion of 100% of the work and after the satisfaction of the Local Purchase
Committee, constituted by the Commissioner of Income tax-25, Mumbai. Payment against Bill / Invoice shall be released only after installation and observance of satisfaction of the CIT-25, Mumbai.
We agree to the above terms and conditions.
Signature with Date' _________ _
Name of the Firm, __________ _
Seal _ ______ _
14
Annexure -III
AFFIDAVIT
I / We hereby certiiy that the information furnished above is full and correct to the
best of my / our knowledge and belief. I / we understand that in case any deviation is found in the above statement at any stage, the company will be blacklisted and will not have any dealing with the Department in future.
(Name and Signature of Authorized Signatory with date)
1
1
2
3
4
a)
b)
c)
5
6
7
8
9
10
15
ANNEXURE-I TECHNICAL BID DOCUMENT
Name of the Applicant/Bidder
Complete address of the concern alongwith with Tel.
No., Fax No. and e-mail id
Name & address of the proprietor / partners and /
or Directors of the concern with Tel. N o.
Details of contact person(s)
Name & address of the person Tel. No.
A brief note on the background of the applicant
including requisite qualifications and experience in
the field of designing and supervision of office / corrunercial projects (not to exceed 200 words)
Permanent Account N o. (PAN)
Annual turnover during the Financial Years viz. 09-
10,10-11,11-12,12-13 and 13-14 (copy of return of
income filed alongwith P & L account, Balance Sheet,
etc. should be enclosed as evidence).
List of at least three reputed clients with nature and value of job done as mentioned in Para C- (iv) of this
Tender Document
ST/VAT & Service Tax Registration Number
Registration number if Firm, Company, AOP,
individual as the case may be along with the copy of
certificate of registration or incorporation as per the
law for time being in force
16
ANNEXURE-II
FINANCIAL BID DOCUMENT
1. Name of the Proprietor / Registered
Firm
2. Address of the concern (with TeI.No.,
Fax & E-Mail)
3. Authorised contact person(s) (with
mobile number)
4. Cumulative cost of the Project
i.e. aggregate of cost quoted for
various works listed below
Sr.No. Description
01. Part -A
02. Part -B
Amount (Rs.)
(Name and Signature of Authorized Signatory with date)