[go: up one dir, main page]

0% found this document useful (0 votes)
134 views9 pages

Notice 11e Nit

Uploaded by

aenmchesd
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
134 views9 pages

Notice 11e Nit

Uploaded by

aenmchesd
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 9

GOVT OF WEST BENGAL

পশ্চিমবঙ্গ সরকার
OFFICE OF THE ASSISTANT ENGINEER
সহকারী নিবাহী
ব বাস্তুকাররর করণ BIDHANNAGAR WEST SUB DIVISION-III
নবধািিগর পশ্চিম উপভুশ্চি -৩ P.W.DTE.
পূর্ ব দপ্তর Purta Bhavan, 1st Floor, Room No. 122, Salt
Email : bnwsd3@gmail.com Lake, Kolkata – 700 091

Memo. No. 962 /54(NIT) Dated: 13.09.2024

NOTICE INVITING e-TENDER

NOTICE INVITING e-TENDER No. WBPWD/AE/BNWSD-III/NIT-11e/2024-2025

The Assistant Engineer, Bidhannagar West Sub Division-III, P.W.Dte, invites e-Tender for the work
detailed in the table below.(Submission of Bid through online).List of scheme :-

Cost of
Estimated Earnest Tender Eligibility
Time Period
Amount Money Document Of
SL Name of Work of
No for Formal completion Bidders
(Rs.) (Rs.) agreement
NN
(Rs.)

1. Construction of Electrical
Power Cable Trench (1) Bonafide
15 Days Outsider
surrounding Teesta Hostel 3,64,604.00 750.00
7,292.00 * & having
Building due to restoration
credential in
of electrical cable fault at similar nature
NSATI complex, Salt Lake, of work.
during the year 2024-2025. (2) Intending
Bidders can
participate in
One (01) SL
No. of work. If
2. Minor maintenance and he/She
painting works at stair, lobby 15 Days participates
and General passage at 4,82,053.00 750.00 more than 01
9,641.00 no of SL ,
different floor level of B2
his/her
block at Bidhan Sishu Police participation
Housing Estate during the will be
year 2024-25. treated as
cancelled.

Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025


Page 1 of 9
A. Important information

DATE AND TIME SCHEDULE:

Sl. No. Particulars Date & Time


1. Date of uploading of N.I.T. Documents (Online) 13.09.2024 at 06.00 P.M
(Publishing Date)
2 Documents download start date (Online) 13.09.2024 From 06.30 P.M.

3 Bid proposal submission start date (Online) 17.09.2024 from 11.00 A.M.

4 Bid proposal Submission end date (Online) 24.09.2024 up to 11.00 A.M.


5 Date and time of opening of Technical Proposals (online). 26.09.2024 11.00 A.M.

6 Date of uploading list for Technically Qualified To be intimated later through


Bidder(Online) online
7 Date & Place for opening of Financial Proposal (Online) To be intimated later through
online

B. LOCATION OF CRITICAL EVENT

Bid Opening → BIDHANNAGAR WEST SUB DIVISION-III, PURTA


BHAVAN, 1ST FLOOR, ROOM NO-122, SALT LAKE,
KOLKATA -91

C. Eligibility criteria for participation in the tender.


Pan Card, Valid Professional Tax receipt Challan , Valid Trade Licence, Valid 15-Digit Good and
Services Taxpayer Identification Number (GSTIN) under GST Act 2017, GST Registration Certificate
along with Annexure - A & Annexure - B issued by GST authority is to be accompanied with the
Technical Bid document. Income Tax Acknowledgement Receipt for assessment year (2024-2025) to
be submitted. [Non Statutory Documents](Mere uploading of application for renewal/ issuance of
any above stated certificates shall not be considered).

D. GENERAL CLAUSES OF NIT

1. This NIT is of Two Bid Tender, i) Technical &ii) Financial, both to be submitted concurrently in the
portal.The Bidders who will be Technically pre-qualified in respect to Technical and Financial
eligibility/capability criteria specified in the below mentioned subsequent clauses can only be
permitted to participate in the Financial Bidding.This e-NIT shall be read with WB Form No. 2911
(Standard Bid Document) vide Memorendum No. 5696-F (Y) dated: 01.10.2019 of Finance
Department Govt. of West Bengal which constitutes as part and parcel of this tender.

2. In the event of e-Filing intending bidder may download the tender document from the website
directly by the help of his Digital Signature Certificate & upload the same with other documents
along with necessary Earnest Money electronically as mentioned in NIT.(Details of which has been
narrated in “Instruction to Bidders”, i.e. Section-A). Where an individual person holds a digital
signature certificate in his own name duly issued to him by the company or the firm of which he
happens to be a director or partner, such individual person, either belonging to and appropriate cadre
officer of the company or an authorized partner of a firm, having a registered power of attorney
empowered by the Board or by the firm, shall invariably upload a copy of Registered power of
attorney showing clear authorization in his favour, to upload such tender. The power of attorney shall
have to be registered in accordance with the provisions of the Registration Act, 1908.

Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025


Page 2 of 9
3. The partnership firm shall furnish (a) Registration Certificate from Register of Firms;& (b)
partnership deed shall have to be registered from ADSR. and the company shall furnish (a)
Incorporation Certificate & (b) the Article of Association and Memorandum. [Non Statutory
Documents].

4. For the bidders belong to Registered Co-Operative Society (Engineer Co-Operative/ Labour Co-
operative) must furnish updated By laws duly authenticated by ARCS/DRCS, updated Audit Report
by Audit Officer, updated Copy of AGM in addition to other requirements as provided in N.I.T. and
that has to be uploaded during bid submission without which bid shall be treated as non-
responsive.

5. Earnest Money: i) In every case of open e-tender an earnest money amounting to 2% of the
estimated value of the work put to tender shall be required to be deposited by every tenderer
(except State Govt Enterprises who are exempted as per rule. Ref: 430(3)-W(C)/1M-208/15 dt
31/08/2015 of Jt Sec, PWD) along with each tender (Ref: Gazette Notification No 137/1-
A/PW/O/10C-02/14 Dated 24/04/2014). Earnest Money is to be submitted electronically: online-
through net banking enabled bank account, maintained at any listed bank through ICICI Bank
Payment Gateway or: offline- through any bank by generating NEFT/RTGS challan from the e-
tender portal as per provision as contained in G.O No-3975- (F)Y dated 28/07/2016 of the Sec to the
Govt of W.B. Finance Deptt. Intending bidder will get the beneficiary details from e-tender portal
with the help of Digital Signature Certificate (DSC) and may transfer the EMD from their respective
Bank as per the Beneficiary Name & account no, amount, beneficiary bank name (ICICI Bank) &
IFSC Code and e-Proc Ref No. Intending bidder who wants to transfer EMD through NEFT/RTGS
must read the instruction of the Challan generated from e-Procurement portal. Bidders are also
advised to submit EMD of their bid, at least 3 working days before the bid submission closing date
as it requires time for processing of payment of EMD. Bidders shall not have to pay the cost of
tender documents for the purpose of participating in e tendering, however, only the successful
Bidder will be required to deposit cost of Technical, Financial Bid documents, 2911(ii) & others
Annexure, in the shape of Cash or Bank Draft / Pay Order, issued by the bank which is authorised to
conduct Government business in West Bengal by Reserve Bank of India as notified by State
Government from time to time and any other Bank which has been authorised by the State
Government, drawn in favour of respective Executive Engineer of the concerned Division as
mentioned in List of Schemes of NIT against each work before executing formal agreement.(Ref:
PWD No 199-CRC/2M-10/2012 Dated 21/12/2012 & 24-A/2D-13/2010 Dated 31/01/2014).

Bidders eligible for exemption of EMD as per Govt of WB order mentioned above may avail the
same and necessary documents regarding the exemption of EMD must be uploaded in the EMD
folder of Statutory documents. EMD challan shall be uploaded by the bidder.

6. A prospective bidder participating in a single job either individually or as partner of a firm shall not
be allowed to participate in the same job in any other form. A prospective bidder shall be allowed
to participate in a single job either in the capacity of individual or as partner of a firm. If found to
have applied severally in a single job, all his applications will be rejected for that job.

7. Where there is a discrepancy between the unit rate & the lie item total resulting from multiplying
the unit rate by the quantity, the unit rate quoted shall govern.

8. Prevailing safety norms has to be followed so that LTI ( Loss of time due to injury) is zero.

9. There shall be no provision of Arbitration . Hence Clause 25 of 2911 is hereby omitted vide
notification no 558/SPW dt. 13.12.2011 of Pr. Secretary, PW & PW(Roads)Deptt.

10. No Mobilization/ Secured advance will be allowed.

Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025


Page 3 of 9
11. Agencies shall have to arrange land for erection of Plant 7 Machineries, storing of materials, labour
shed, laboratory etc. at their own cost and responsibility . Required laboratory for testing of
purposes for different items of works/materials should be provided by the Agency at his own cost
which will comprises of different testing equipments (as required).

12. Adjustment of Price Vide notification No. 23-CRC/2M-1/2008 dated 13.03.2009 and Notification No.
38-CRC/2M-61/2008 dated 20.04.2009 shall not be applicable. No escalation and or price
adjustment will be allowed by the department thereto under any circumstances.

13. All materials should be specified grade and approved brand in conformity with relevant code of
practice (latest revision) and manufacture accordingly and shall be procured and supplied by the
agency at their own cost including all taxes. Authenticated evidence for purchase of materials to be
submitted along with challan and test certificate. In the event of further testing opted by the
Engineer-in-charge, then such testing from any Government approved Testing Laboratory shall
have to be conducted by the agency at their own cost.

14. Agencies shall have to arrange required land for installation of Plant and Machineries (specified for
each awarded work), storing of materials, labour shed, laboratory etc. at their own cost and
responsibility nearest to the work site.
15. Bids shall remain valid for a period not less that 120(one hundred twenty) days after the dead line
date for Financial Bid/Sealed Bid submission . Bid valid for a shorter period shall be rejected by the
Assistant Engineer, P.W.D.,Bidhannagar West Sub Division-III as non-responsive. If the bidder
withdraws the bid during the period of bid validity the earnest money as deposited will be forfeited
forthwith without assigning any reason thereof.

16. Guiding schedule of rates : Schedule of rates for Road & Bridges Works of P.W. (Roads)
Directorate effective from 30.08.2018 i.e. up-to-date corrigenda and addenda. Building Works :
Schedule of Rates of Bidhannagar Circle, P.W.D. with effect from 01.11.2017 for Building, Sanitary &
Plumbing works, materials and labour and PW(R) Dte. Schedule of rates with effect from 01.11.2017
for Building, Sanitary & Plumbing Works, materials and labour along with up-to-date corrigenda
and addenda.

17. DEFECT LIABILITY PERIOD:


Prospective bidders shall have to execute the work in such a manner so that appropriate service
level for the stipulated stretch(s)/length of the road under improvement is to be maintained during
stipulated
contractual period till completion and an appropriate Defect Liability Period as the case may be as
per
provision of G.O. No: 5784-PW/L&A/2M-175/2017 Dated 12/09/2017 & 264/SPW/2016 Dated
10/11/2016 along with 1M-25/16/237-R/PL dt 15/2/2018 of the Pr Sec, P.W.D. If any defect/ damage
is found during the period as mentioned above, the contractor shall make good the same at his own
expense to the specification at par with instant project work, or in default, the Engineer-in-charge
may
cause the same to be made good by other agency and deduct the expense (of which the certificate
the
Engineer-in-charge shall be final) from any sums that may be then, or at any time thereafter become
due to contractor, or from his security deposit, or the proceeds of the sale thereof, or of sufficient
portion thereof. Refund of Security Deposit will only be made in conformity with G.O. No: 5784-
PW/L&A/2M-175/2017 Dated 12/09/2017 and 5951-PW/L&A/2M-175/2017 dated 02.11.2017 along
with 1M-25/16/237-R/PL dt 15/2/2018 of the Pr Sec, P.W.D. (mentioned G.O are enclosed as a part
of the NIT). Provisions in Clause 17 contained in W.B. Form No. 2911 so far as they relate to DLP is to
Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025
Page 4 of 9
be treated as superseded. The Defect Liability Period is one year from the date of actual completion
of work.

(a) For work with three months Defect Liability Period:


(i) Full security deposit shall be refunded to the contractor on expiry of three months from
the actual date of completion of the work.
(b) For work with one year Defect Liability Period:
(i) Full security deposit shall be refunded to the contractor on expiry of one year from the
actual date of completion of the work.
(c) For work with three years Defect Liability Period:
(i) 30% of the security deposit shall be refunded to the contractor on expiry of two years
from the actual date of completion of the work:
(ii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of
three years from the actual date of completion of the work ;
(D) For work with five years Defect Liability Period :
(i) No security deposit shall be refunded to the contractor for 1st 3 years from the actual date
of completion of the work;
(ii) 30% of the security deposit shall be refunded to the contract on expiry of four years from
the actual date of completion of the work;
(iii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of
five years from the actual date of completion of the work;
Explanation:
The word “Work” means and includes road works, bridge work, building work, sanitary and
plumbing work, electrical work and/or any other work contemplated within the scope and ambit
of this contract. For
(i) The work of patch repair or patch maintenance in nature of a combination thereof, the
Defect Liability Period of the work shall be three months from the actual date of
completion of the work.
(ii) Thorough Bituminous Surfacing work with bituminous thickness less than 40 mm, Repair
& Rehabilitation of any road/bridge/culvert/building/Sanitary & Plumbing work, the
Defect Liability Period of the work shall be one year from the actual date of completion of
the work;
(iii) Extension of building/bridge/ culvert, Construction of new flexible pavement up to
bituminous level which has been designed for a period of 3 years or more, Widening and
strengthening of flexible pavement designed for a period for 3years of more,
Improvement of riding quality/Strengthening of flexible pavement designed for a period
of 3 years of more: Providing only mastic asphalt layer over existing bituminous surface
without providing bituminous profile corrective course/ bituminous base course, the
Defect Liability Period of the work shall be three years from the actual date of
completion of the work:
(iv) Construction of new building / new bridge/ new culvert, Reconstruction of building
/bridge /culvert including construction of approach roads for bridge/ culvert,
Construction of rigid pavement, Reconstruction of rigid pavement, Construction of new
flexible pavement covered by mastic work which has been designed for a period of 5
years of more, Widening and strengthening of flexible pavement covered by mastic
work which has been designed for a period of 5 years or more, Improvement of riding
quality/Strengthening of flexible pavement covered by mastic which has been designed
for a period of 5 years of more, the Defect Liability Period of the work shall be five years
from the actual date of completion of the work;

Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025


Page 5 of 9
18. PENAL ACTION
During scrutiny or at any stage of bidding or even after award of contract, if it is come to the notice
to tender inviting authority that the credential or any other papers are
incorrect/manufactured/fabricated, that bid will be considered as non-responsive and out rightly
rejected & the firm/company shall also be liable to be prosecuted under Section 197, 199 & 200 of
Indian Penal Code, 1860 along with Section 71 & Section 73 of Indian Information & Technology Act
2008 & any other applicable law for the time being in force in addition to forfeiture of Earnest
Money/Security Deposit. Action will also be taken as per provision of clause 41 of 2911. All
documents/papers uploaded/submitted by the bidder must be legible failing which the bid will be
summarily rejected without assigning any reason thereof.

19. LIST OF PRE-QUALIFIED BIDDER


List of Pre-Qualified Agencies will be uploaded only in the web portal. In case there is any objection
regarding the result, that should be lodged to the Chairperson of the Bid Evaluation Committee i.e.
the Assistant Engineer, Bidhannagar West Sub Division-III, P.W.Dte. within 48 (forty-eight) hours
from the publication in e-Portal and beyond that period no objection will be entertained by the Bid
Evaluation Committee. The objection is to be submitted to the e-mail id- aebnwsd3@gmail.com.
Financial Bid will be opened within a short period after such publication. Therefore Bidders are
requested to view the Tender Status on a regular basis.

20. VERIFICATION OF DOCUMENTS


Before issuance of the work order, the competent authority may verify the credential & other
documents of the lowest bidder if found necessary. After verification, if it is found that such
documents submitted by the lowest bidder is either manufactured or false in that case, work order
will not be issued in favour of the bidder under any circumstances and the firm/company shall also
be liable to be prosecuted under Section 197, 199 & 200 of Indian Penal Code, 1860 along with
Section 71 & Section 73 of Indian Information & Technology Act 2008 & any other applicable law for
the time being in force in addition to forfeiture of Earnest Money/Security Deposit.

21. Additional Performance Security in Road / Building Projects


The Additional Performance Security shall be obtained from successful bidder, if the accepted bid
value is more than 20% less than the estimated amount put to tender, from successful bidder having
own prime machineries for construction of road works as detailed in clause-22 of this eNIT. If the
successful bidder not having ownership of any of the prime machineries as stated above, the
Additional Performance Security shall be obtained from successful bidder, if the accepted bid value
is more than 10% less than the estimated amount put to tender. Additional Performance Security
shall be equal to 10% of the tendered amount and be submitted in the form of Bank Guarantee from
any Scheduled Bank as per enclosed format (Annexure-II) before issuance of Work Order. If the
bidder fails to submit the Additional Performance Security within seven working days from the date
of issuance of Letter of Acceptance, his earnest money will be forfeited. The said Bank Guarantee
shall be valid upto the end of the Successful completion of the work and shall be renewed
accordingly, if required. If the bidder fails to complete the work successfully, the Additional
Performance Security shall be forfeited at any time during the pendency of the Contract period after
serving proper notice to the contractor. (Ref: No- 1T-06/2017/444-R/PL dt. 18/04/2017 & Corr.
No.1T-06/2017/936-R/PL dt. 23/08/2017 of the Pr Sec., PWD).

22. Pollution Control Measure


The successful bidder who will be awarded the work shall have to comply the stipulation of G.O.
No-1M-21/2017/06-R/W(N) dated 16/06/2017 of the Jt Sec (P&C), PWD in order to avoid air pollution
during construction activities.

Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025


Page 6 of 9
23. The Earnest Money may be forfeited
a) If the Bidder withdraws the Bid during the period of Bid validity.
b) In case of a successful Bidder, if the Bidder fails within the specified time limit to Sign the
agreement.
c) During scrutiny or at any stage of bidding or even after award of contract, if it is come to the
notice to Tender inviting authority that the credential or any other papers found
incorrect/manufactured/fabricated.
d) If the bidder fails to submit the Additional Performance Security (if any) within seven working
days from the date of issuance of Letter of Acceptance.
e) If the bidder fails to install plant & machineries within 45 (forty-five) days from the date of issue
of the Workorder.

All works covered in the clause appearing hereinafter shall be deemed to form a part of the
appropriate item or items of works appearing in the work schedule whether specifically mentioned in
any clause or not and the rates quoted shall include all such works unless it is otherwise mentioned that
extra payment will be made for particular works.

24. Site of work and necessary drawings may be handed over to the agency phase wise. No
claim in this regards will be entertained.
25. The Bidder, at his own responsibility and risk is encouraged to visit and examine the site of works
and its surroundings and obtain all information that may be necessary for preparing the Bid and
entering into a contract for the work as mentioned in the Notice Inviting e-Tender, before
submitting offer with full satisfaction, the cost of visiting the sit shall be at his own expense.
26. The Assistant Engineer, P.W.Dte , Bidhannagar West Sub Division-III reserve the right i) to reject
any application for purchasing Bid Documents and to accept or reject any offer without assigning
any reason whatsoever and is not liable for any cost that might have incurred by any Tenderer at the
stage of Bidding. ii) to cancel the N.I.T at any time without assigning any reason. Any claim/
appeal/objection will not be entertained in this regard for the both the clause (i) & (ii)
27. Prospective applicants are advised to note carefully the minimum qualification criteria as
mentioned in ‘Instructions to Bidders’ before tendering the bids.
28. Conditional / Incomplete tender will not be accepted under any circumstances.
29. The intending tenderers are required to quote the rate on line
30. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition)
Act. 1970 (b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or
any other laws relating thereto and the rules made and order issued there under from time to time.
31. If any subsequent corrigenda/ addendum arise relating to this N.I.T. the same will be published in
websites http://etender.wb.nic.in. only.
32. For any typographical mistake in case of Unit, Rate, Quantity, Amount , any type of nomenclature in
items of works/ item itself including description etc. whatsoever as stated in BOQ, that can’t be
claimed during agreement or so. In that sanctioned estimate will be binding criteria.
33. If any discrepancy arises between two similar clauses on different notification, the clause as stated
in later notification will supersede former one in following sequence:
i) Form No. 2911
ii) NIT
iii)Special terms & conditions.
iv)Technical Bid .
v)Financial Bid
25. Qualification criteria.
The tender inviting & Accepting Authority will determine the eligibility of each bidder, the bidders
shall have to meet all the minimum criteria regarding.

Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025


Page 7 of 9
a) Financial Capacity.
b) Technical Capability comprising of personnel & equipment capability.
c) Experience/Credential
The eligibility of a bidder will be ascertained on the basis of the digitally signed documents in
support of the minimum criteria as mentioned in a, b, c above. If any document submitted by a
bidder is either manufacture or false, in such cases the eligibility of the bidder will be out rightly
rejected at any stage without any prejudice.

If any document submitted by a bidder is found to be either fabricated, tampered or false, in such
cases, the eligibility of the bidder will be out rightly rejected at any stage without any prejudice and
the firm/company shall also be liable to be prosecuted under Section 197, 199 & 200 of Indian Penal
Code, 1860 along with Section 71 & Section 73 of Indian Information & Technology Act 2008 & any
other applicable law for the time being in force in addition to forfeiture of Earnest Money or Security
Deposit as the case may be and also may be Debarred for participating in tender of this department
for a period as determined by the department as per provision of clause 41 of 2911..

Sd/-
(SK ABDUL GONI)

Assistant Engineer,
Bidhannagar West Sub-Division No-III
P.W.Dte

Memo. No. 962 /54(NIT) /1(4) Dated: 13/09/2024

Copy forwarded for information and wide circulation through Notice Board to: -

1) The Superintending Engineer, PWDte, Bidhannagar Circle, (in duplicate). Presidency Circle, Eastern Circle.
2) The Executive Engineer, PWDte, Bidhannagar West Division, Bidhannagar East Division.
3) The Assistant Engineer, PWDte, Bidhannagar West Sub Division – I/II//IV for information and exhibiting office
"NOTICE BOARD"
4) Notice board / Estimating branch of this office.

Sd/-
(SK ABDUL GONI)

Assistant Engineer
Bidhannagar West Sub-Division No-III
P.W.Dte

Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025


Page 8 of 9
(Download it & fill-up it properly and upload the same after scanning and digitally signed)
APPLICATION
To,
The Assistant Engineer, P.W.Dte.,
Bidhannagar West Sub-Division – III,
Purta Bhavan, Salt Lake, Kol-700091.

Ref:- Tender for __________________________________________________________________________


(Name of Work)______________________________________________________________________
__________________________________________________________________________________________________
_________________________Tender ID No.: _______________________________

N.I.T. No………………………………………………………………………………………..of 2024-2025

Dear Sir,
Having Examined the Statutory, Non Statutory & NIT documents, I/we here by submit all the necessary information and relevant
documents for evaluation.
The application is made by me/we on behalf of___________________________________________________ In the capacity
_________________________________________________duly authorized to submit the order. The necessary evidence
admissible by law in respect of authority assigned to us on behalf of the groups of firms for Application and for completion of the
contract documents is attached herewith.
We are interested in bidding for the work(s) given in Enclosure to this letter.

We understand that:
(a)Tender Inviting & Accepting Authority/ Engineer-in-Charge can amend the scope & value of the contract bid under this
project.
(b)Tender Inviting & Accepting Authority/Engineer-in-Charge reserve the right to reject any application without assigning any
reason whatsoever.

Enclosure:- e-Filling:-
1. Statutory Documents.
2. Non Statutory Documents
3. BOQ.
Name of Agency (In block capital):______________________________________________________________
Full Address (In block capital):__________________________________________________________________
_________________________________________________________________PIN NO.:__________________
PAN NO.:___________________GST NO.:___________________________ Mobile No. . . . . . . . . . . . . . . . . . . . . .
Bank Account no. . .(C/A. . . . . . . . . . . . . . . . . . . . . . . . . . IFS Code. . . . . . . . . . . . . .E-Mail ID . . . . . . . . . . . . . . . . . .

Date:- Signature of applicant including title


And capacity in which application is made.

Signature of Tenderer WBPWD/AE/BNWSD-III/NIT-11e/2024-2025


Page 9 of 9

You might also like