Government of Water Resources Development Directorate Office of the Executive Engineer (Agri‐Irrigation) ‐I(Agri‐Irrigation) Division, Berhampore,

NOTICE INVITING e ‐TENDER NO. WRDD/EE(A‐I)/BER‐I/07/2018‐19 1. INVITATION:‐ Separate online Tenders fromeligible and resourceful Manufacturers/Authorized Dealers/Authorized Distributors/Suppliers having sufficient credential and financial capability are invited by the Executive Engineer (A‐I), Berhampore‐I (A‐I) Division,Berhampore, Murshidabad, for and on behalf of the Governor of West Bengal for supply of following materialsrequired for operation and maintenance of Minor Irrigation Schemes under the jurisdiction of Berhampore‐I (A‐I) Division. Estimated Token Place of delivery at Amount put Period of SL. Earnest Minimum Qualifying criteria in respective (A‐I) Description of Items to tender (in Completi No Money any one of the last five years Sub Divisional Rs.) on. (in Rs.) store.

Supply and Delivery of 150 mm dia 1 Nominal Size ISI marked Sluice 2,79,750.00 6000.00 Berhampore(A‐I) valve.

Supply and delivery of 150 mm dia 2 1,33,450.00 3000.00 Berhampore(A‐I) CITP/NTP valve as per drawing.

Supply and Delivery MAK MP Grease, Hexagonal Nut & Bolt, 150 3 1,37,627.20 3000.00 Berhampore(A‐I) mm dia rubber insertion and Not Return Valve(NRV) for 15 H.P. Supply and Delivery of Non Return 4 Valve (NRV) for 17.5 H.P. and Non 1,57,150.80 3200.00 Berhampore(A‐I) Return valve 20 H.P. Supply and Delivery of 140 mm dia UPVC pipes, 140 mm dia UPVC 5 2,01,518.40 4100.00 Jalangi(A‐I) coupler/socket and 200 x 140 mm UPVC reducer. Supply and Delivery of Wedge with 6 M.S. spindle rod for TP/NTP valve 1,25,600.00 2600.00 Jalangi(A‐I) with washer. 40% (forty percent) of the Supply and Delivery of MS spindle estimated amount put to with weight for 150 mm sluice 7 1,17,200.00 2500.00 tender in a single order within Jalangi(A‐I) valve, M.S hexagonal nut bolt and last 5 (Five) consecutive years 60 days 150 mm dia rubber insertion against similar nature of work from the Supply and Delivery of 150 mm dia in any Govt. /Semi.Govt. /Govt. date of CITP/NTP valve, Servo Super‐ undertaking Deptt. The 8 1,83,760.00 4000.00 issue of Jalangi(A‐I) 46(Starter Oil) and 150 mm dia N.B. credentials should be work M.S 90 degree bend. submitted in the form of order. Supply and Delivery of PVC “payment Certificate” issued insulated single solid copper 7/16 & by the tendering Authority for 7/18, Fuse wire 18 SWG and PVC 9 1,36,355.00 3000.00 permission of purchase of Jalangi(A‐I) insulated (Heavy Duty) weather tender documents. proof Flat Electric Cable 3C x 4.0 sqmm. Supply and Delivery of 140mm dia UPVC pipes(Class‐I), 140mm dia 10 UPVC coupler/socket(Class‐II), 200 x 1,84,805.40 4000.00 (A‐I) 140 mm UPVC and 160 x 140 mm UPVC reducer. Supply and Delivery of 200mm dia UPVC pipes(Class‐I), 200mm dia UPVC coupler/socket(Class‐II), 11 2,08,381.80 4200.00 Domkal(A‐I) 140mm dia UPVC 90 degree bend(class‐II) and 200mm dia UPVC 60 degree bend(Class‐II). Supply and Delivery of 15mm x 125mm dia M.S. reducer, 150mm dia 12mm thick M.S. Plate Flange, 12 150mm dia 1 metre long M.S. short 97,778.20 2500.00 Domkal(A‐I) piece, 125mm (NB) MS 90 degree bend, Club Hammer and Gland Packing. Estimated Token Place of delivery at Amount put Period of SL. Earnest Minimum Qualifying criteria in respective (A‐I) Description of Items to tender (in Completi No Money any one of the last five years Sub Divisional Rs.) on. (in Rs.) store.

Supply and Delivery of 150 mm dia 13 Nominal Size ISI marked Sluice 2,79,750.00 6000.00 Domkal(A‐I) valve. 40% (forty percent) of the

Supply and delivery of 150 mm dia estimated amount put to 14 1,68,250.00 3500.00 Domkal(A‐I) Alfa Alfa Value, Type‐C. tender in a single order within

last 5 (Five) consecutive years Supply and Delivery of 125mm dia 60 days against similar nature of work column pipe Top, 125mm dia from the in any Govt. /Semi.Govt. /Govt. column pipe Bottom, 125mm dia date of 15 1,42,970.00 3000.00 undertaking Deptt. The Domkal(A‐I)) column pipe Middle, 80mm dia issue of credentials should be column pipe bottom and 150mm work submitted in the form of dia ruber insertion. order. “payment Certificate” issued Supply and Delivery of Wedge with by the tendering Authority for M.S. spindle rod for TP/NTP with permission of purchase of washer, M.S. spindle with square 16 1,13,743.60 2500.00 tender documents. Domkal(A‐I) nut for 150 mm dia Sluice Valve, MAK MP grease and Solvent Cement.

2. Earnest Money: ‐Stipulated Earnest money to be submitted in the form i) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through ICICI Bank Payment gateway. ii) RTGS/NEFT in case of offline payment through bank account in any Bank As per G.O. No.3975‐F(Y) dated 28.07.2016 of Finance Department, Govt. of west Bengal. No other form of “Earnest Money” will be accepted (e‐NIT). Tender will be declared informal if earnest money is not submitted in prescribed form. 3. Date & Time Schedule. Sl No. Particulars Date & Time 1. Date of Publishing of NIT online through the 15/01/2019 website https://etender.wb.nic.in 2. Date for downloading of Tender Documents from Start 16/01/2019 at 05.00 P.M. the website https://etender.wb.nic.in End 28/01/2019 at 05.00 P.M. 3. Date of Submission of Tender through the Start 16/01/2019 at 05.00 P.M website https://etender.wb.nic.in End 28/01/2019 at 05.00 P.M. 4. Date, Time & Place of Opening of Technical Bid 31/01/2019 at 11.00 A.M. through the website https://etender.wb.nic.in In the Office of the Executive Engineer (A‐I), Berhampore‐I (A‐I) Division, Berhampore, Murshidabad.

4. Documents to be uploaded by the Tenderer: All intending Tenderer are required to produce latest Income Tax return as submitted alongwith PAN, GST registration Certificate & Professional Tax receipt Challan for the current year, Valid Trade License, Scan copy of EMD , Credentials etc. to meet up the qualifying criteria as stated above. 5. Agreement The successful Tenderer will have to execute Formal Agreement with the Executive Engineer (Agri‐Irrigation) Berhampore‐I (Agri‐Irrigation) Division in two copies of printed form No.W.B.F. 2908 with 7 (Seven) days from the issuance of letter of Acceptance. All document required for execution of Formal Agreement alongwith WBF2908 are to be purchased from this office on usual payment of cost @Rs.255/‐(Two hundred Fifty Five)only per set for SL.No.7,12,13 and 1,2,3,4,5,6,8,9,10,11,13,14,[email protected]/‐ (Seven Hundred Fifty Five) only respectively .The Formal Agreement comprises of the following documents and forms a part of the Agreement. i) WBF 2908 ii) Notice Inviting Tender iii) Terms & Conditions iv) BOQ 6. Validity of Tender:‐ Tenders will remains valid for a period not less than 180 days (One Hundred Eighty days) from last date of submission of Tender. Tender inviting & Accepting Authority: The Executive Engineer (Agri‐Irrigation), Berhampore‐I (Agri‐Irrigation) Division, Berhampore,Murshidabad. Other Information:‐ 1) Prospective applicants note carefully the minimum qualification criteria as mentioned in instruction to tenderer before tendering the tenders. 2) Details of item description reflected in BOQ. 3) No conditional Tender will be accepted under any circumstances. 4) Before uploading tender document through e‐filling each page of the tender documents are to be signed by the Tenderer having legal authority to do so, failing, which the Tenderer will be treated as informal. The intending Tenderers shall clearly understand that whatever may be the outcome of the present invitation of the Tender, the Executive Engineer (Agri‐Irrigation) Berhampore‐I (Agri‐ Irrigation) Division reserves the right to accept or reject any/ all offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by the Tenderer at the stage of Tendering. 5) No adjustment of Price of Price Escalation of any kind will be allowed. 6) At any stage during scrutiny, if it is found that the credential or any other papers which the Tenderer uploaded during Tendering process, found incorrect/manufactured/fabricated, that tender will be considered as non‐responsive and out right rejected with forfeiture of Earnest Money and action will be taken as per stipulation of I.T. Rules in force. 7) Before issuance of Letter of Acceptance/ Work order, the tender accepting authority may verify the credential & other documents with originals of the lowest tenderer so uploaded online. If it is found that, the said documents are incorrect/ manufactured/fabricated, letter of Acceptance/ work order will not be issued in favour of the Tenderer under any circumstances and action will be taken accordingly. 8) In case of Ascertaining of Authority at any stage of application or execution of work, necessary registered Power of Attorney is to be produced. 9) The Earnest Money may be forfeited if:‐ a) If the Tenderer withdraws the Tender during the period of Tender validity b) In case of successful tenderer, if the Tenderer fails to execute formal agreement within the stipulated time period. c) During scrutiny, if it is come to the notice of tender inviting authority that the credential or any other document which were uploaded & digitally signed by the Tenderer are incorrect/ manufactured/ fabricated. 10) All deduction including Cess will be made as per Govt. rules from the bill of contractor during payment.

Executive Engineer (A‐I) Berhampore‐I (A‐I) Division, Berhampore, Murshidabad

Memo No. 06(17) Dated, Berhampore, the 14.01.2018

Copy forwarded for information and necessary action to:‐ 1. The Savadhipati, Murshidabad ZillaParishad 2. The District Magistrate, Murshidabad. 3‐4. The Chief Engineer‐ I &II , WRDD, KhadyaBhavan ,11 A MirzaGalib Street , Kolkata‐700087 5. The Superintending Engineer (A‐I), Krishnagar (A‐I) Circle, Krishnagar, Nadia. 6. The Superintending Engineer (A‐M), Berhampore (A‐M) Circle, Berhampore,Murshidabad. 7. The District Information & Cultural Officer, Berhampore, Murshidabad. 8‐10. The Executive Engineer (A‐M) / (A‐I), Berhampore‐I(A‐M) & Berhampore‐II(A‐M) / Berhampore II(A‐I), Murshidabad. 11‐14.The Assistant Engineer (A‐I), Berhampore / / Jalangi/ Domkal(A‐I) Sub‐Division. 15. Accounts Section of this office. 16. Notice Board of this office. 17. Office copy.

Executive Engineer (A‐I) Berhampore‐I (A‐I) Division, Berhampore, Murshidabad

Section –A General guidance for e‐Tendering: Instructions/Guideline for electronic submission of the tenders have been annexed for assisting the contractors to participate in e‐Tendering I. Registration of Contractor: Any contractor will be take part in the process of e‐Tendering will have to be enrolled ®istered with the Government e‐procurement system, through logging on to https://etenders.gov.in. The Contractor is to click on the link for e‐ Tendering site as given onthe web. Portal. II. Digital Signature Certificate (DSC): Each contractor is required to obtain a Digital Signature Certificate (DSC) for submission of tenders from the approved service provider of the National Informatics Centre (NIC) on payment of requisite amount. Details are available at the Web Site stated in Clause A.I. above. DSC is given as a USB e Token. III) The Contractor can search & download N.I.T. & Tender Documents(s) electronically from Computer once he logs on to the website mentioned in Clause A.I. using the Digital SignatureCertificate. This is the only mode of collection of Tender Documents. 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 partner of a firm. If found, have applied severally in a single job all his application will be rejected for that job. v) Submission of Tenders: Tenders are to be submitted through online to the website stated in Clause A.I. 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 Signature Certificate (DSC). The documents are to be uploaded scanned copy duly Digitally Signed. The documents will get encrypted (Transformed into non readable formats). VI) Technical Proposal: The Technical Proposal should contain scanned copies of the following in two covers (folders). (a) Statutory Cover Containing the following documents: 1) RTGS/NEFT towards cost of tender documents as prescribed in the N.I.T. against each of the serial of work in favour of the Executive Engineer (Agri‐Irrigation) Berhampore‐I (Agri‐Irrigation) Division concerned with the work. 2) Tender Form No. 2908& N.I.T. (download properly and upload the same Digitally Signed). The rate will be quoted in the B.O.Q. Quoted rate will be encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in Tender Form No. 2908, the tender is liable to be summarily rejected. 3) Special Terms & Conditions and specification of works. (b) Non‐Statutory Cover containing the following documents: i) Professional Tax deposit receipt challan for the financial year 2018‐19, Pan Card, latest ITR,GST Registration Certificate. ii) Registration Certificate under Company Act. (if any) iii) Registration Deed of partnership Firm iv) Clearance Certificate for the Current year issued by the Assistant Register of Co‐operative Society (ARCS), bye laws are to be submitted by the Registered Labour Co‐Operative Society/Engineers’ Co‐ operative Society. Note: ‐ Failure of submission of any of the above mentioned documents will tender the tenderer liable to be rejected for both statutory & non statutory cover. THE ABOVE STATED NON‐STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER. Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents” to send the selected documents to Non Statutory folder. Next Click the tab “Click to Encrypt and upload” and then Click the “Technical” Folder to upload the Technical Documents. SL.NO. Category Name Sub‐Category Description Details (s)

1 Certificate(s) Certificate(S) PAN, GST Registration Certificate, P.Tax (Challan) (2018‐ 19). Latest IT Receipt 2 Company Details(s) Company Details(s) Proprietorship Firm (Trade License) Partnership Firm (Partnership Deed, Trade License) Ltd. Company.

3 Credential Credentials Similar nature of work done & completion Certificate which is applicable for eligibility in this tender.

SPECIAL TERMS AND CONDITIONS.

Notwithstanding anything contained in W.B. Form No. 2908 in which the contract is to be executed, the following shall constitute special terms and conditions of contract, special conditions of contract and shall be binding of the tender(s). In case of conflict between any clause of tender notice and special terms and conditions, the latter shall prevail.

1. PACKING& TRANSPORT OF MATERIALS:‐ The supplier shall provide such packing as is required to prevent damage or deterioration during transit to the final destination. No damaged materials shall be accepted. 2. GUARANTEE:‐ The guarantee shall be a period of 6 months (six) from the date of acceptance of the delivery of each material by the consignee(s) of each item. The tender shall remain responsible without cost to buyer, for all defects in materials /spares and workmanship which may develop in, normal use and which have been called to the attention of the successful tenderers prior to the expiry of the guarantee period. It will be the responsibility of the tenderers to take up the matter with their respective manufacturers for fulfillment of the guarantee provision. In case of failure on the part of tenderer to remedy the defects / replace the materials within reasonable period 30 (thirty) days inspite of due intimation by the Executive Engineer of this department. The authority reserves the right to remedy the defect /replace the materials at the cost and responsibility of the tenderer without further notice and the cost shall be deducted from his security deposit. 3.ADJUSTMENT IN QUANTITIES:‐ The buyer reserves the right at the time of award of contract and with no adjustment in unit tender prices for decrease /increase by 50% (fifty percent) of the quantity specified for any item as per requirement and availability of fund. Any revision and amendment to the contract shall be by written supplement to the contract. 4.DELIVERY:‐ The total supplies have to be completed within the stipulated date which will be mentioned in N.I.T. for Sl. 5.ACCEPTANCE OF MATERIAL:‐ Payment shall be made only on acceptance of materials by the Executive Engineer or his authorized representative not below the rank of Junior Engineer, in good condition and certificate of inspection report. Consignee‐wise in voice of materials issued by the manufacturer(s) /authorized distributor(s)/authorized dealer(s)/authorized stockiest(s). In case invoice issued by authorized distributor(s)/authorized dealer(s)/authorized stockiest(s) such Consignee‐wise in voice is to be co‐related with the manufacturer’s invoice (s) against which such materials have been received by the authorized dealer(s)/authorized stockiest(s) co‐relation may be done (a) by enclosing a copy of manufacturers invoice with the invoice issued by the authorized distributor(s)/authorized dealer(s)/authorized stockiest(s) and (b) a certificate issued by the authorized distributor(s)/authorized dealer(s)/authorized stockiest(s) to the effect that materials supplied to a particular supplier through an invoice have been procured by them from the manufacturer M/S‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐dated‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ vide their invoice No.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐. 6.PAYMENT:‐ (i)Payment shall be made by the Executive Engineer (A‐I), Berhampore‐I(A‐I) Division on receipt of materials in good condition and on production of requisite certificate stated under different clauses after making necessary deduction towards the security for performance. 7.RELEASE OF SECURITY FOR PERFORMANCE:‐ Security for performance shall be released on fulfillment of the conditions laid down in guarantee clause‐13. Security for performance shall be released on statutory compliance of the above requirement.

8.PRICE PREFERANCE:‐ Tender will get price preference as per G.O. No. 9600‐F dated 04/10/1991. 9.INSPECTION:‐ The inspection of the materials shall be made by the departmental Inspection Team to be formed by the Executive Engineer (A‐I) who may inspect the materials at works before supply of consignment. Inspection procedure:‐ (a)Manufacture should carry out all type routine test conforming to IS specification of each and every equipment of materials and supply and result submitted for verification to the Departmental Inspecting Team. (b)Inspecting team will test the performance of equipment by selection or random sample basis (at least one out of every ten). Facility should be provided for cross checking of different components for conformity to standard when requested by the inspecting team. 10.OTHERS:‐ (a)The buyer shall have the right to inspect any of the item during fabrications at the factory of the seller including drawing and test results etc. to ensure that all the items to be supplied conform to specification as stipulated where required, performance test shall be carried out at Manufacturer’s plant and a test certificate to this effect should accompany the bill / delivery documents. Where required, specified tests may be made at the destination by the seller in presence of the buyer. Any special tools, apparatus and or labours required for the specified test at destination shall be the responsibility of the seller at his own cost. (b) Before supply the sample of article should be approved before supply by the Engineer‐in Charge or his authorized representative not below the rank of Junior Engineer to ensure the requirements as per specifications. The seller/Agency should make necessary arrangements for such approval by the buyer including any test if required at the cost of seller/Agency. Procurement challan from manufacturer or their authorized Dealer / stockiest(s) /Distributor (s) etc. (i.e. from the seller) in respect of branded items shall have to be submitted at the time of delivery of materials along with the guarantee Certificate and test certificate etc. Invoice bill will have to be submitted by the Agency during supply. This should accompany the bill for making payment. (c)Canvassing in connection with the tender is strictly prohibited and tenderer(s) who resorts to such practice will render his liable for rejection. Time being the essence of contract, necessary action for effecting supply should be taken immediately after issuance of work order. Supply should be proportionate to the period specified in the notice failing which contract will be liable for penalty. Should a tenderer or contractor has a relative employed in any Government Department of West Bengal, such the case of partnership firm of company incorporated under the Indian Company Law should a partner or relative of the partners or shareholder or a relative of shareholder be employed in the Government Department the authority inviting tenders should be informed of the fact at the time of submission of the tender.

Executive Engineer (A‐I) Berhampore‐I (A‐I) Division Berhampore, Murshidabad

ANNEXURE‐A PROFORMA FOR AUTHORITY FROM MANUFACTURERS

No.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ Dated‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

To

Dear Sir, We M/S (Full Name & Address in the capital letter)‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐and established and reputed manufacturer of item‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Marking with brand name‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Having factory at‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Do hereby authorize M/S (Full Name & Address in the capital letter)‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

For quoting our branded items as mentioned below against your Tender No.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

And Group No.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

We undertake to stand guarantee that materials which shall be supplied to

M/S‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

By us shall be new and first quality workmanship and shall have no defect in manufacturing and shall meet the requirement of your tender and shall be in all respect suited the purpose intended. We also confirm that the materials shall be supplied by us to M/S.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ As per delivery schedule put in your tender in case order is placed on M/S.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ The guarantee of our branded items shall be for a period of ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ months from the date of acceptance of the delivery by the consignee (s) of each item for any replacement free of the cost to the buyer.

It is stated that we have issued similar authorization certificate as per proforma to the following other firms for Groups/ Items stated against each firm.

Sl No. Name of Firm Name of Item

(Name of the Manufacturer)

Note: ‐ This letter of authority should be on the letter Head of the manufacturing concern and should be signed by a person competent and having the power of attorney to bind the manufacturer with office Seal.