Office of the Ir#Ji a Ikalyanimunicipality.org/images/pdf/tender/Tender 8013KM... · 2020. 3....
Transcript of Office of the Ir#Ji a Ikalyanimunicipality.org/images/pdf/tender/Tender 8013KM... · 2020. 3....
-
lt Ia ;itl I
lrll flOffice of the
Ir#JiFH , (o*g) =Eaa ad.=F, g=6g;gs7a;Eq)
-
SI
NoDescription of work Tender
Amount Rs.EMD Rs.
Cost ofTender
paper Rs.
Time ofCompletion
8 ililprovemenr ano strengthening of BituminousRoad from Bhuttabazar to Kongarnagar Colony -Lin Ward No -6, Under K.M
20,97,463.00 52,L97.00 5,469.00 3 months
9 lmprovement and strengthening of BituminousRoad from B-3/t7 to B-3/3t, 8-3/95 to B-3lj.13 &B-3h70 to B-3/L75 in ward No -g. Under KalyaniMunicipality
18,97,156.00 47,L7g.OO 4,969.00 3 months
10 lmprovement and strengthening of BituminousRoad from B-3/23L to 8-3/250 & B-3l240 to B_3/247 in ward No -8. Under Kalyani Municipality
15,96,520.00 39,663.00 4,21,6.00 3 months
Ll lmprovement and strengthening of BituminousRoad from Battala to Medical College (Main BusRoute) Under Kalyani Municipality
39,43,191.00 98,580.00 10,109.00 3 months
L2 Improvement and strengthening of gituminouJRoad from ER-il to Netajisubhas lnstitute in wardNo -9. Under Kalyani Municipality
37,90,791,.00 94,520.00 9,702.00 3 months
13 rrnprovement and strengthening of BituminousRoad from Ghoshpara Rail way crossing toGhoshpara Primary School in ward No _4,3 & 2.U nder Kalyani Municipality
29,L5,206.00 72,990.00 7,539.00 3 months
t4 lmprovement and strengthening of BituminousRoad from Medical college to Tractor Garage(Main Bus Route) Under Kalyani Municipality
47,60,629.00 1,19,016.00 L2,752.00 3 months
15 ililpruvernenr ano strenghening of BituminousRoad from Nimtala Bus stand to B-j.4 Market, inward No -19. Under Kalyani Municipality
21,,24,206.00 53,105.00 5,561.00 3 months
16 lmprovement and strengthening of B.ttutninousRoad from Satyajit Roy to Battala park in ward No-14. Under Kalyani Municipality
23,79,954.00 59,474.00 6,797.00 3 months
L7 lmprovement and strengthening of BitrlminousRoad from Tractor Garage to Battala (tTt Colony)Under Kalyani Municipality
20,25,906.00 50,649.00 5,315.00 3 months
18 rrnprevemenr ano strengthening of BituminousRoad from 8-21432 to B-2/4gO in ward No _g.Under Kalyani Municipality
1,L,10,997.00 27,775.00 3,027.00 3 months
-
SI
NoDescription of work
TenderAmount Rs.
EMD Rs.Cost ofTender
paper Rs.
Time ofCompletion
19 Construction of Surface Drain in different SubBlock at A-Block under Kalyani Municipality
24,27,362.00 60,684.00 6,318.00 3 months
20 Construction of Surface Drain in different SubBlock at B-Block under Kalyani Municipality
24,27,362.00 60,684.00 6,319.00 3 months
21 Construction and Development work ofBoulevard from Kalyani Branch (Mitali MedicineShop) to KMDA Housing Complex (VivekanandaPark) at A Block, Under Kalyani Municipality
29,40,488.00 73,5L2.00 7,601.00 3 months
22 Construction and Development work ofBoulevard from Picnic garden to Disposal Area inward No -8, at B Block, Under KalyaniMunicipality
29,40,499.00 73,5L2.00 7,60L.00 3 months
23 lmprovement and strengthening of BituminousRoad from A-71/L43to A-LL/L62 & A-11l143 toA-11.1L80 in ward No -16. Under KalyaniMunicipality
8,66,104.00 21,653.00 2,4!5.00 3 months
24 Improvement and strengthening of BituminousRoad from A-8127 to 4-8/83 in ward No -j.6.Under Kalyani Municipality
11,05,945.00 27,649.00 3,015.00 2 months
25 lmprovement and strengthening of BituminousRoad from D-19 Area, in ward No -i.4. UnderKalyani Municipality
8,30,950.00 20,774.00 2,327.00 2 months
26 lmprovement and strengthening of BituminousRoad from A-7/8 to A-71L62 in ward No -13.Under Kalyani Municipality
9,39,17L.00 23,479.00 2,599.00 3 months
27 lmprovement and strengthening of BituminousRoad from Ramsarup lndustry to Jhilpar colony inward No -14. Under Kalyani Municipality
6,75,409.00 16,885.00 1,939.00 3 months
28 lmprovement and strengthening of BituminousRgad from B-g/Lto 8-9121in ward No -12. UnderKalyani Municipality
11,03,039.00 27,576.00 3,009.00 3 months
29 lmprovement and strengthening of BituminousRoad from 8-91234 to 8-9/237, B-9l239 to B-9/242, 8-91274 (CA) to B-9I28L(CA) in ward No -12. Under Kalyani Municipality
9,90,954.00 24,774.OO 2,727.00 3 months
-
;: I Description of work TenderAmount Rs. EMD Rs.Cost ofTender
paper Rs.
Time ofCompletion
30 lmprovement and strengthening of gituminousRoad from B-LO/IO to B-tO/49 & 8-10/56 to B_10/65 & 8-10/80 to 8-10/88 in ward No _12.Under Kalyani Municipality
1,2,75,759.00 31,894.00 3,439.00 3 months
31 lmprovement and strengthening of BituminousRoad from B-11,h89 to B-LL/L8Z & B_L7/L74 to8-1.1,/178 & B-1.1,/L73 to B-11l188 in ward No _12.Under Kalyani Municipality
9,59,316.00 23,983.00 2,649.00 3 months
32 lmprovement and strengthening of giturinorsRoad from 8-7/35 to 8-7/50 & 8-71168 to B_7h93, B-7l9(S) to B-7/L6(S) in ward No -10.U nder Kalyani Municipality
L5,69,727.00 39,243.00 4,174.00 '3 months
33 rrnprovement and strengthening of BituminousRoad from Ghoshpara Railway crossing to B_17_134 in ward No -10. Under Kalyani Municipality
6,94,653.00 77,L!6.00 L,962.00 3 months
34 lmprovement and strengthening ta Bitu,ninousRoad from A-2-12 to A-2-84 via A-2-97(A) to R_Z_103 in ward No -15. Under Kalyani Municipality
10,43,50g.00
6,06,910.00
26,088.00 2,859.00 I 3 months
35 lmprovement and strengthening ;i BituminousRoad from 4-10-140 to 4-10-416 in Ward No -21.U nder Kalyani Municipality
15,170.00 L,767.0O 3 months
36 Construction of Modern Scientific WasteCompactor Station, under Ka lya ni M u nicipa lity.
11,56,559.00 28,gL4.OO 3,141.00 3 months
37 Lonsrrucuon or Art gallery at Iake area and othersaccessory work, under Kalyani Municipality.
9,71,399.00 24,295.00 2,679.00 3 months
38 Construction of Vertical fxtension.verEistinfBrick footing Ground Floor Support communityHall & Extension with RCC footing 1st floorcommunity / wlultipurpose / Festival Hall, atSarat Pally, in ward No-2, under KalyaniMunicipality.
18,86,596.00 47,L65.00 4,966.00 3 months
1) In the event of 1rilIng, - intending bidder may dowrrload the tender documents from the websitehttp://wbtenders'gov'in directly with tf,e help of Digital sig;; Certificate.-Necessary Earnest Money may beremitted through Demand Draft issued from any bank in favourlf the "Chair_man, Kalyani Municipality,, payable atIGIprTi and also to be documented through e:fifling The origiJ D"-urd Draft foi Earnest Money Deposit (EMD)should be submitted physically in the TenJer Box ai the OffiJe ch^mher of Chairman, Kalyani Municipality undersealed cover b efore 24 hrs of the date and time of opening of tender.
-
2) Both Technical Bid and Financial Bid are to be submitted concurrently duly digitally signed in thewebsite http:/ /wbtenders.gov.in
3) Tender documents may be downl0aded from website and submission of rechnical Bid and Financial Bid will be doneas per time Schedule stated in SI. No.r3S.4) The financial offer of the prospective tenderer will be considered only if the TECHNICAL BID of the tenderer is foundqualified by the'Board of councillors of Kalyani Municipality. ThL decision of the ,Board of Councillors of KalyaniMunicipality' will be final and absolute in this respect. rr-," rirtlr e;dinua Bidders win be displayed in the website.5) Eligibilitycriteria for participation in the tender -
(1) As per MT detail table above Income Tax Acknowledgement Receipt for the latest Assessment year, p.T. Depositchallan for the year 201'5-201,6, Pan Card,VATRegistrationaret;be;;companiedwiththeTechnicalBidDocuments.
- The prospective bidders 9, *y of their constituent partner shall neither have abandone J-f;;'f:Y::;W':Itheir contract have been 1e19i1!ea during the last 5 (fxoe) years. such abandonment or rescission will be considered asdisqualification towards eligibility' (A deiaration in this respect t as io be furnished by the prospective bidders withoutwhich the Technical Bid shall be tieaied as non_responsive.)
Registered Partnership. Deed for Partnersnip rirm only along with power of Attorney is to be submitted. Thecompany shall furnish the Articre of Associationarid Memorandum]
)oint Ventures will not be allowed. IN on- s t nfutory do cumeut sfA prospective bidder shall be allowed to participate in a particular job either in the capacity of individual or as a
l$tffi'"1fffirl1?HlJo have applied 'u"u'uilv in a single d;;ii L't' apprications wiu be ie;ectea ror that job withoutThe executing aSency may not get a running payment uriless the gross alnount of running bill is 30% of thetendered amount whichever is less. PrJvisions m cruusuls; 7, g &. g coirtained in w.B. Form No.-2g11(of KalyaniMunicipality) so far as they relate to quantum ana f.equ"nry oi payment is to be treated as superseded.Adjustment of price in respect of construction materials shall not be applicable, The bidders shall quote their rateaccordingly.
No mobilization advance and secured advance will be allowed.
",.. ",ffiJ:;::::i:1il:rf.ff;T,r;.""0 rorerection orPlant &Machineries, storing ormateriars, rabour shed, laboratory
All materialsrequired for the proposed work.shall be of specified grade.inconformity with relevantcode of practice(latest revision) accordingly and shall be procured and supplied;y;il;;;".y at their o*r, .or't including all taxes. If requiredif"t+:Xffi1[:ilff's"'.r*thu' testing rrom u.v Go,e,n-*t ;pp;o;; i*u,j-i,uo,r.+ ,r*u have to be conducted by
,",".,"!"#"*i:#.H;T"HX?:i,:,Ht P^1kf::r::**') or cost or construction wlr be deducted rrom every Bn or the
Bid shall remain valid for a period not less than 120 (one hundred twenty)days from the last date of submission of FinancialBid / Sealed Bid. If the bidder withdraws the bid during th" ;;i;it;;oa oi Uid tt " eu..,urt *oney as deposited wifl beforfeited forthwith without assigning any reason thereof,
6) Date and Time Schedule:
ffi##i=of N.I.T. & other Documents
2015 At 18,00 HrsDocuments downloadfGl il?Eteat Office or tne ctat-@
submissionstart date
Last Date of sub*
Bid opening-iteEiEffi cal
-
n The Prospective Bidder shall have to execute the work in such a manner so that appropriate service level of the work ismaintained during progrels.of work and a period 9f 1 (one) year from the aate or ,r""errtJ completion of the workto the entire satisfactio.n of the Authori ty. lf'any defect f da;g" ; i.""a during the period as mentioned above, thecontractor shall make the same good at his own cost to the spe"cification at par with irutant proiect work. on failureto do sq penal action againsithe contractor.wil.l f^imp9s'ea uy tt" o"prrtment as a""-'rii] The contractor mayquote his rate coruidering the above aspect. Refund of security o"i.rit *ili"nly be made Jiu.l*."rrru maintainingof appropriate service level of the work as mentioned above for 1 (b;"i y"u, from the date of completion of the work.Provision in Clause No. 17 of Form No. -2911'(of Kalyani Municipali(i shall be treated as superseded.
:lffJ:;i and necessary drawings may be handed over to the agenry phase wise. No claim in this regards will be
2.5% of the estimated amount put to tender to be deposited in favour of Chairmary ,Kalyani Municipalify,, IGIyard,Nadiain the form of Bank Draft on any Bank payable aitcatyanl.
The Bidder' at his own responsibility and risk,is encouraged to visit and examine the site of works and itssurroundings and obtain all inrormation that may,be ,r".""rrrf fo, prdrrhg the sia and ;"G into a contract forlff,Hthtr ilt:fffi:-i:x;Xtice
Inviting Tender, u"r"'" r'.ru*it'uof lffer with tulr satisfactioru the cost of visiting
The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids, nocost of Bidding shall be reimbursable by the Departunent. The tender accepting authority of Kalyani Municipalityreserves the right to accePt or-reject any offer wi.rfrrout assigning ""f ."*." *tultro"rr", ur,a i,.rot liable for any costthat might have been irrcurred by'any Tenderer at the stag. oima"ai.rf.
----
Refund d EMD: - The Earnest Money of all the unsuccessful Tenderers deposited in favour of chairman, KalyaniMunicipality" Kat)'iani will be refundua uy tt e ctruirmanon receipt or uppti.atio.,from Tenderers.Prospective applicants are advised to note carefully
-the minimum qualification criteria as mentioned in'Instructions to Bidders' stated in section -' A' before tendering the bids
conditional/ Incomprete tender will not be acceptedunder any circumstances.The intending Tenderers are required to quote the rite online.
Contractor shall have t :oTP', with the provisions of (a) the contract labour (Regulation Abolition) Act. lgzo (b)fi'"i#":ffi fill;,1?lL:ll,l?.Hffi:il.IiffJ#:;,T"f ,*"'h,Ti;;uon irr#or ". u.,v-"ir,". ,aws re,auirj
Guidine &hedule of Rates:- Rates have been taken f:"lly:g1p.H.E. (w.B) for ,,Building works,,,,,sanitary &Iffih:r.ilflT;_ffi:*#if, effective since 1st t'1y,201.4 read ith a,a c +tn..,,i8;;'* and .Roids.During scrutinp if it comes to the notice of the tender inviting authority that- the credential or any other paper foundincorrect /manufactured / fabricated, that bidder wodJ il--b"
^;ii.;;d i; ;i,i;;;;'#H tender and rhatapplication will be rejected without any prejudice.
The Chairman' IGlyaniMunicipatily reserves the right to cancel the NJ.T. due to unavoidable circumstances and no claimin this respect will be entertained.
If there be any objection t99.T*1S. rrgqualifying the Agency that should be lodged on line to the Chairman i.e.Tenderlnviting Authority *itrun.zlrri,ol'aays'r.J', lrre_iat9 or p"urr-.-rtio,, of.list of quali:fied agencies and beyondthat time schedule no objectionwill be entertnedby the Tenderlnviting Authorify.
Before issuance of the woRK oRDE& the tender.Trf"g iyeg.iay may verify the credential and other documentsof the lowest tenderer if found. necessary. After verificatioi if it is fJunJ inut thu documents ,ru*itua by the lowesttenderer is either manufactured or false in that case work order will not be issued in favour of the said renderer underany circumstances.
If any discrepancy arises between two similar clauses on different notification, the clause as stated in later notificationwill supg15g4. former one in following sequence:1) ISJT No- 2e1 1(ii)(of rclyanilraunilparity I2)N.r.T.3) Technical Bid4) Firancial Bid
e)
8)
10)
11)
12)
13)
141
1s)
16)
17)
18)
Le)
20)
21)
22)
-
23) Oualification criteria:
The tender inviting and Accepting Authority will determine the eligibility of each bidder. The bidders shall have tomeet all the minimum criteria regarding:1) Financial Capacity2) Technical Capabil-ig colprising of persormel & equipment capability3) Experience / Credential
. tu. elisibilig of a bidder will be ascertained on the basis of the document(s) in support of the minimum criteria asmentioned in(a) (b) & (c) above and the declaration exgcute$ thrglth prescribed'affidavii'in non judicial stamp paper ofaPp:o.p..nate-v-al1e duly notarized. If .any document submitted by u uif,Jui is either rnanu-factured or falsg in such cases theeligibility of the bidder/tenderer will be iejected at any stage withJuia"y pr";"ai"".24' Escalation of Price on any ground and coruequent cost over:run shall not be entertained under any circumstances.Rates should be quoted accordingly.
25' No' price preferenceand other concessionas per order no. 1110F dated: 1o/02/2oo6wilbe allowed.
h^MKalyani Municipality
-
SECTION - AINSTRUCTION TO BIDDERS
General guidance for e-Tendering
Irstructions / Guidelines for electronic submissionof the tenders have been armexed for assisting the contractors toparticipate in e-Tendering.
i. Registration of Contractorr
Any contractor willing to take part in the yrgcess of e-Tendering will have to be eruolled & registered with theGovernment e-Procurement system, through lo-gryq on to hte;://wbtenders.gorr:. 1trr" web portal of KalyaniMunicipality" IGl)'anithe contractoris to click on thJtirik for e-Tenderingsite as given on the web portal).ii. Digital Signature certificate (DSC)I
Each contractor is required to obtain a Class-II or nlassJll Digital sigrrature certificate (DSC) for submission of tendersfrom the approved service provider of the National Informadcs Cenhe (NIC) on pa)rment of requisite amount. Detailsare available at the web site stated in crause A.i.. above. DSC is givm as a usB e_Token.
ifi.Thecontractorcansearchcao*.uoua@s)electronica1lyfromcomputeronceheIogsontothewebsite mentioned in Clause A'1" using the Digital signature i")'iiri.ut". Tl,tu tJ til;J; ,r,ta" or coflection of TenderDocuments.
iv. Participation in more than one work:
A prospective bidder shall be allowed to participate in the job either in-the capacity of individual or as a pa*ner of afum' If found to have applied severally in a iingte j'ou att trir uppri.utio**ill be rejected for that job.v. Submission of Tenders:
Tenders are to be submitted through online to the website stated in clause A.L. in two folders at a time for each work,one in Technical Proposal & the other is Financial Proposal before the prescribed date &time using the Digital signaturecertificate (DSC)' The documents are to be uploaded vitus scanned copy duly Digitally signed. The documents will getencrypted (transformed into non readable formats).
Technical Proposal:The Technical proposal should contain scanned copies of the following in two covers (folders).
5(a). Statutory Cover containing the following documents:1) Form No.- 2911(of Kalyani Municipality)2)N.r.T.
9) l"ry-l to III (on company's letter head.)4)EMDSCANCOPY
Q:'lrr' 29178 coffigenilum ilotonloaile.il propefly anil uploail th1 9ry9 Digitally signed). The rate will be quoted in theB'o'Q' Quoted rate will be encrypted in ihe'B.o:Q. under Financial Bid. In iase quotlng any rate in Kalyani Municipality2917,the tender is liable to be summarilyrejected.)
Financial Proposal:-
5(b). The rate will be quoted in the B.O.e.Quoted rate will be encrypted in the B.o.Q. under Financial Bid. Downloaded properly and upload digitally signed.5( c). Non-Statutory Document:
THE ABOVE STATED NON.STATUTORY/TECHNICALDOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNERClick the check boxes beside the necessary documents in the My Document list and then click the tab ,,Submit Non statutoryDocuments'to send the selected documents to Non_Statutoryfhaer.
Next Click the tab "ci:kto EncryPt and up load"and then click the "Technical,, Folder to upload lhe !9gh4(g! Documents.
-
Certificate(s) Certificate(s)
VAT& Acknowtedgement.PAN.P.F.
P Tax (Challan) (2015-16).Latest IT Receipt.IT-Saral for Assessment year 2015-1,6.
CompanyDetail
PartrcrsttrpFtrm@Ltd. Crcmpany (lncorporation Certificate, Trade Licinse)frciety (So.cieg Registration C-opy,'Trade License)
- - )
Power of Attomey, Memorandumof Associadonand Articles ofAssociation of [he Company.
nature of work done & completionEfor eligibility in this tender as per Form _IV Section _8.Balance Sheet & profit t I-preceding the current Financial year will be conside.ed as yuu, _ t; '
of Technical Stajfs with Q;alifiAdons &
N'B': Failure of submissionof any of the above mentioned documents as stated in sl. No.S.(a). and sl. No.: .5.(b). andsl. No. :5( c).will render the tenderer liable to be rejected for both statutory c "o"
,iutotory cover.
SeaI and Sigrnture ofthe Tendererry.\wfr"
ChairmanKalyani Municipality
-
If any contractor is exempted from payment of EMD, copy of relevant Government order needs to be furnished.Opening of Technical proposal:
Technical proposals will be opened by the concerned render Inviting Authority or his authorized representativeelectronically from the website using their Digital signature c:.Si*" tosq. Intending Tenderers may remain present if they sodesire' cover (folder) for statutory bo.o*"r,itr (Ref. 9l No. A.s.(a)) ,iiliuu op"rrua fiist and if found in order, cover (folder) forNon- statutory Documents (Ref' sl' No. A.5'(b).)'will be opened. ri inuru lr *y deficiency in the statutory Documents the tenderwill summarily be rejected.Decrypted (traruformed into readable formats) documents of the non-statutory cover will be dowriloaded & handedover to the Tender EvaluationCommittee. summarylisi of technically qualified tendereis witt ue uptoaaea ontine.Pursuant to scrutiny & decision of the Board of councilors' the summary list of eligible tenderers & the serial number ofwork for which their proposarwill be coruideredwill be uproaded in the web portals.During evaluation the committee rray slunmon of the tenderers & seek clari-fication / information or additionaldocuments or original hard copy of any of the,documents ur.u"ay-rrt*itted & if these *" ,,ot produced within thestipulated time frame, their propoials will-be liable for rejection.
1. Financial Proposal
The financial proposal shoutd contain the following documents in one cover (fotder) i.e. Bill of euantities (Boe).The contractor is to quote the rate (Presenting Above/Bel#zat p".i ..rrne through computer in the space marked forquotingrateinthe BOe.only downloaded copies of the above documents are to be uploaded vir rrs scanned & Digitally signed by the contractor.Financial capacity of a bidder will be judged on the basis of lnformation furnished in Section - B.
Penalty for suppression / distortion of facts:_If any tenderer fail9 to produce the original hard copies of the documents like Completion certificates and any otherdocuments on demand of the Tender Inviting aitnority within a specified time rrame or if any deviation is detected in the hardcopies from the uploaded soft copies, it may be treated as subnission of false ao"rr*"r,t, t'y it ul".a"ru. and action may bereferred to the appropriate authority for prosecution as per rerevant IT Act.
Rejection of BidrEmployer reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at anytime prior to the award of contrict withouithereby T:r{rng any liability to the affecteiiiddu, o. Bidders or any obligationto inform the affected Bidder or Bidders of the gro;d ror r-;r.yil;iJ". "
Award of ContractrThe Bidder whose Bid has been accepted will b9 notified by the Tender rnviting & Accepting Authority throughacceptance letter / l,etter of AccePtance. The notificationof award will corutitute the formationof the Contract.The Agreement in From No. Kalya.,i Municipality- z%1$) *iu i".orforrt; r1l ;#";;;;;""" the Tender AcceptingAuthority and the successtul bidder. Au tr-ru tender, d6cum# ;;il;il N.I:T. & B.o.e. w1l be the part of the contractdocuments' After receipt.of r"et-ter of ,Acceptance, the successful bidder"shall have to Jru*ii i"qri"it" copies of contractdocuments downloading from the website ttut"a ir, sl, N;. , ; ii "i N.rr. "J:ig yr,t requisite cost through DemandDratt / Pay order/DCR issued from any bank in favour of the chairm* kury""i vl"i.ipJiti;iahi" time limit to be set inthe letter of acceptance.
r##imr d"rT&trB?f ,,4b
J/
ChairmanKalyani Municipality
SeaI and Signature ofthe Tenderer
-
SECTION - BForm-I
PRE-Q UALIFI CATI ON APPLICATION
ToThe ChairmanKalyani MunicipalityKalyani, I{adia - 741159
Ref. : Tender for
(Name of work)
e- N.I.r. No. : \A/BMAD/ULB/KM/NIT-O2(e)/Dev. /2015_16
Dear Sir,
Ffuving examined the statutory, Non-statutory & N.LT. documents, I /we hereby submit all the necessaryinformation and relevant documents for evaluation.
The application is made W me / us on behalf of in the capacity duly authorizedto submit the order.
The necessary evi$91ce allissible by law in respect of authority assigned to us on behalf of the group of fums forApplication and for completion of the contratt documents is attached herewith.
We are interested in bidding for the work(s) given in Errclosure to his letter. we understandthat:
1) Tender Inviting & Accepting Authority /Engineer-in-charge can amend the scope & value of the contract bid under thisproject.
2) Tender Inviting & Accepting Authority /Engineer-in-Charge resewe the right to reject any application without assigningany reason.
Enclosure(s) : e-Filling -
1) Statutory Documents.
2) Non Statutory Documents.
Date:
Seal and Signature of the Tenderer
rpaa';ry.,Chairman
Kalyani Municipality
-
''"ffHT-U
[To be furnished on Company,s Letter Head]
1)-I' ttre under-signeddo certify that all the statementsmade in the attached documents are true and correct. In case of anyinforrnation submitted proved io be false or concealed, th" uppld;;;r"rl'u" rejected and no objection/ claim will be raisedby the urder-signed.
2) The under-signed also hereby certifies that neither our firm M/S
3) The under-signed would authorizg-and request any Bank, persory Finn or Corporation to furnish pertinent information asdeemed necessaryand/or as requested by the riepartnent to verify this statement.
4) The under-signed understands that further qualifting information may be requested and agrees to furnish any such informationat the request of the Department - J - - - .-1
|lr:fif#i. ffi:iJ]ffi:t 'ed in the tender in the capacitv or individual / as a partner of a rirm and r have not applied
Name of the Firm with Seal
Date:
,{#}t= Lr }',sti
(l
ChairmanSeaI and Signature ofthe Tenderer
Kalyani Municipality
-
SECTION _ BForm-III
STRUC"TURE AND ORGANISATION
1) Name of Applicant:
2) Office Address :
Telephone / Mobile No. :
Fax No. :
3) Name and Address of Bankers :
4) Attach an organization chart:showing the structure of thecompany with names of Keypersonnel and technical staffwith Bio-data
Note: Application covers proprietary Firm, partrership, Limited Company or corporation
Signatureora@capacity in which application is made
ry,r.$*1Chairman
Kalyani Municipality
Seal and Signature ofthe Tenderer