OFFICE OF THE BOARD OF ADMINISTRATORS OF TAMRALIPTA MUNICIPALITY Estd.- 1864 , PURBA MEDINIUR - 721636 Web: www.tamraliptamunicipality.org: e-mail: [email protected] Phone: (03228) 266007 / 267370, Fax – (03228) 267370

From:Chairperson, B.O.A Tamralipta Municipality Memo No: 294 Date: -18.08.2020

Notice Inviting e-Tender No: -WBMAD/ULB/CM/TM/01eT/20-21 (2nd CALL)

DETAILED NOTICE INVITING e-TENDER 1. On behalf of the Board of Administrators, the Chairperson of B.O.A., Tamralipta Municipality, invites e-Tender Percentage Rate basis (Two part System) (electronic tender) from eligible resourceful & bonafide contractors as per the enclosed list of works (Table- 1). 2. Applicants willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system; through logging on to https://wbtenders.gov.in using the option – Click here to Enroll. Possession of a Valid Class II Digital Signature Certificate (DSC) in the form of smart card/e-token in the Company’s name is a prerequisite for registration and participating in the Tender submission activities through this web site. Digital Signature Certificates can be obtained from the authorized certifying agencies, details of which are available in the web site https://wbtenders.gov.in 3. Intending tenderer can search and download NIT and other tender documents electronically by logging on to the website https://wbtenders.gov.in using his Digital Signature Certificate (DSC). This is the mode of collection of tender documents electronically. 4. For participating in the tender, the terderer shall have to pay the Earnest Money in the form of A) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through ICICI Bank Payment gateway. B) RTGS/NEFT in case of offline payment through bank account in any bank on/after the date of publication of this notice for the amount in the list of works as mentioned in Sl. No.- 11, Table- 1. Scanned copy of the receipt of EMD (Self Attested) should be uploaded as Statutory Document/Technical File.

Seal and Signature of Tenderer

The Co-operative societies, who want to avail exemption of Earnest Money Deposit, shall have to upload necessary G.O. in this regard which is to be self-attested photocopy of the same. 5. Eligibility criteria for participation in tender :

Credential a) Intending tenderers should produce credentials of a similar nature of completed work of the minimum value 30% of Estimated amount put to tender ( given in Respective Column of Annexture-A) during 5(five) years (FY 2015-16 to FY 2019-2020) prior to the date of issue of the tender notice b)Intending tenderers should produce credentials of a 2 Nos similar nature of completed work each of the minimum value 25% of Estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice. C)Intending tenderers should produce credentials of one single running work similar nature which has been completed to the extent of 75% or more and the value of which is not less than the desired value of estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice.In any Government Municipality/Board/Semi-Govt./Corporation/Statutory Authority/Undertaking etc.

NOTE : In case of running works, only those tenderers who will submit the certificate of satisfactory running work including internal electrification works from the concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the works is in progress satisfactory and also that no penal action has been initiated against the executed agency i.e. the tenderer. [Non statutory Documents] N.B. :- 1) Completion certificate, obtained from the Engineer-in-Charge should contain a) Name of work, (b) Name and address of Client, (c) Amount put to tender mentioning estimated amount of Civil as well as electrical work (d) Date of commencement of work (e) Date of completion of work (f) Final bill value. 2) Credential certificate issued by the Executive Engineer or equivalent competent authority a State / Central Government, State / Central Government undertaking, Statutory / autonomous bodies constituted under the Central / State Statue, on the executed value of completed / running work will be taken as credential. Note: a) Only works of nature depicted above completed successfully will be treated as credential. b)Payment certificate will not treated as Credential (Vide Ref No-04A/PW/O/10C-02/14 Dated-18.03.2015)

Additional Performance Security As per memorandum no. 4608 -F(Y) dated.18.07.2018 of Finance Department Govt. of West , the successful bidder will have to submit Additional Performance Security @10%of the tendered amount, if the accepted bid value is 80%orless of the estimated amount put to tender. The Additional Performance Security shall be submitted in the form of Bank Guarantee from any Scheduled Bank before issuance of the 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 and other necessary actions as per NIT like blacklisting of the contractor, etc, may be taken. The Bank Guarantee shall

Seal and Signature of Tenderer have to be valid up to end of the Contract Period and shall be renewed accordingly, if required. The Bank Guarantee shall be returned immediately on successful completion of the Contract. 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. Necessary provisions regarding deduction of security deposit from the progressive bills of the contractor as per relevant clauses of the contract shall in no way be altered/affected by provision of this Additional Performance Security.

Documents need to be produced:

i) Uploading of scanned copies of Pan Card, up to date Income Tax Return receipts, up to date Professional Tax receipts, valid P.T.P.C., up to date GST registration Certificate & EPF Registration certificate in the Technical Proposal as Non Statutory Documents. ii) Registered Unemployed Engineer’s Co-Operative Societies and registered Labour Co-Operative Societies are to upload the documents apart from the documents mentioned under Cl. 6(i) Registration Certificate, Bye Laws, audited balance sheet showing up to date accounts as Non Statutory Documents. iii) The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of Association and Memorandum as Non Statutory Documents. iv) All Tenderers should have to upload only their self attested copies of the requisite documents in the website for submitting their Tender. v) Information is also given to bidders that they have to submit current updated documents at the time of submission of tender. Old and invalid documents cannot be allowed and if found then technical bid will be rejected of concerned tender. Only one completion certificate have to be submitted as per 5.(i) as credential.

The Tender Documents shall consist of the following documents: i. NIeT ii. Form 2911. iii. BOQ/Price Schedule.

6. Submission of Tenders

6.1 General process of submission Tenders are to be submitted online through the website, in two folders, at a time for each work, one is Technical Proposal and the other is Financial Proposal, before the prescribed date and time mentioned in Table-1.

Using the Digital Signature Certificate (DSC), the documents are to be uploaded virus scanned and digitally signed. The documents will get encrypted (transformed into non-readable formats). Seal and Signature of Tenderer

a. Statutory Technical folder containing, i) Application in letter headed pad duly signed in. Letter head should contain full address, telephone no., and mobile no. & Fax, e-mail. ii) Online transfer of Earnest Money receipt (EMD) as prescribed in the NIT in favour of the Chairman, Tamralipta Municipality. iii) Notice Inviting Tender. iv) BOQ/Price Schedule. NOTE:

i) Only downloaded copies of the documents are to be uploaded, virus scanned and digitally signed by the contractor. ii) Tender will be summarily rejected if any item in the statutory cover is missing. iii) In case of any inadvertent typographical mistake the same to be treated to be corrected as to confirm to the prevailing relevant schedule of rates or technically sanctioned estimate. iv) Necessary deduction i.e. GST, I.T., etc. will be made as per relevant Govt. order.

b. Non-Statutory Technical cover containing, i. Up to date Professional Tax (PT)challan with certificate of enrolment, Clearance receipts, IT PAN Card & Income Tax Return receipts valid up to the date of opening of the tenders. Valid application for such clearance addressed to the competent authority may also be considered, if necessary. ii. GST Registration Certificate. iii. Registered Deed for Partnership Firm. iv. Completion Certificate during the last 5(five) consecutive years [as stated in Clauses 5(i)] for one single work of similar nature worth at least 40% (Forty Percent) of the amount put to tender for the work the contractor intends to participate. v. For Registered Unemployed Engineers’ Co-Operative Societies and Registered Labour Co-Operative Societies registration papers in support of their registration, Bye Laws, up to date audited balance sheet. vi. Experience Profile should be furnished as per following table.

Seal and Signature of Tenderer

Experience Profile

Name of

E.I.C. Contractual responsible rate work supervision work

of for work (Rs.) tender date of completion of completion of date Name of Agency of Name completion (ifany) completion Reason for delay in fordelay Reason Date of commencement Dateof Estimated amount put to putto amount Estimated Name location & nature of nature & Namelocation Actual Schedule date of completion completion of date Schedule Tender No. & Work Order No. Order &Work No. Tender

Note: Applicant may add necessary column and space, if required from his end.

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 Documents 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

Seal and Signature of Tenderer

Sl. Category Sub Category Details No. Name Description

A CERTIFICATES CERTIFICATES 1. GST Registration Certificate. 2. PAN Card (ALL CERTIFICATE 3. EPF Registration. SHOULD BE UP TO 4. P. Tax (CHALAN), Enrollment DATE) certificate 5. Income Tax Return receipt (refer clause 6. ii) 6. Pre Qualification Application(Letter Head) (Form I) 7. Professional Tax Payment Certificate(PTPC) B COMPANY COMPANY DETAILS 1. Proprietorship Firm (Trade License up to DETAILS date)

2. Partnership Firm (Partnership Deed, Trade License up to date)

3. LTD. Company (Registration Certificate, Trade License up to date)

4. Co-Operative Society (Society Registration Certificate) Bye Laws, up to date Audited Balance Sheet.

5. Power of Attorney (Registered)

C CREDENTIAL CREDENTIAL 1. Completion Certificate for Similar nature of Work Done (refer clause 5)

NOTE: FAILURE OF SUBMISSION OF ANY ONE OF THE ABOVE MENTIONED DOCUMENTS WILL RENDER THE LIABLE TO REJECT.

7. Financial Proposal i) Financial proposal should contain the following documents in one folder i.e. Bill of quantities – (BOQ) the contractor is to quote the rate (percentage above/below/atpar) online and municipal tender form filled up in all respect. It may please be noted that the rate quoted in BOQ should match with the rate quoted in the tender form. ii) Only downloaded copies of the above documents are to be uploaded virus scanned & digitally signed by the contractor.

8. Penalty for suppression/ distortion of facts: If any tenderer fails to produce the original hard copies of the documents uploaded or any other documents on demand of the Tender Inviting Authority within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression, the Tenderer will be suspended from participating in the tenders on e-Tender Seal and Signature of Tenderer

platform for a period of 5 (five) years. In addition, his user ID will be deactivated and Earnest Money Deposit will stand forfeited. Besides, the Chairperson, B.O.A., Tamralipta Municipality, may take appropriate legal action against such defaulting Tenderer. The authority may ask to show hard copies of all credentials, certificates, company details, partnership deeds etc. etc. as uploaded by the Tenderer and allied papers in connection with this tender as and when necessary for verification purpose as per convenience of the authority during procession of this tender. 9. Validity of Tender: A Tender submitted shall remain valid for a period of 365 calendar days from the date set for opening of Tenders. Any extension of this validity period if required will be subject to concurrence of the Tenderers.

9.1 Withdrawal of Tender: A Tender once submitted shall not be withdrawn within the validity period. If any Tenderer/Tenderers withdraw his/their Tender(s) within the validity period then Earnest Money as deposited by him/them will be forfeited and even a legal action may be taken by Municipality.

10. Rejection of Tender: The employer (Tender accepting authority) receives the right to accept or reject any Tender and to cancel the Tendering process and reject all Tenders at any time prior to the award of contract without there by incurring any liability to the affected Tenderers or any obligation to inform the affected Tenderers of the ground for employer’s (Tender accepting authority) action. The employer (Tender accepting authority) receives the right to reject the bids/Seal bids from each serial of work, if a bidder participate more than three numbers of work in Annexure I.

11. There will be no Provision of Arbitration: Clause 25 of Form no. 2911(ii) is modified vide notification no. 8182-F(Y) dated 26.09.2012 of Finance Department , Govt. of West Bengal, as follows: “Except where otherwise provided in the contract all question and disputes relating to the meaning of the specifications, designs, drawings, and instructions herein before mentioned and as to the quality of workmanship or materials used on the work or as to any other question , claim, right, matter or things whatsoever , in any way arising out of relating to the contracts, designs, drawings, specifications, estimate instructions , orders or these conditions or otherwise concerning the works, or the executions or failure to execute the same whether arising during the progress of the work , or after the completion or abandonment thereof shall be dealt with as mentioned hereinafter; If the contractor considers any work demanded of him to be outside the requirements of the contract, or disputes any drawings, record or decision given in writing by the Engineer – in- Charge on any matter in connection with or arising out of the contract or carrying out of the work, to be Seal and Signature of Tenderer

unacceptable, he shall promptly within 15(fifteen) days request the Chairman of the Dispute Redressal Committee in writing for written instruction or decision. There upon, the Dispute Redressal Committee shall give its written instructions or decision within a period of three months from the date of receipt of the contractor’s letter The Dispute Redressal Committee in each of the works Departments shall be constituted with the following official as members: i) Additional Chief Secretary / Principal Secretary / Sectary of the Department concerned …………….Chairman. ii) Engineer – in –Chief / Chief Engineer or any officer of equivalent rank of the Department…………….Member. iii) One designated Chief Engineer / Engineer of the Department to be nominated by the Department Concerned…….Member Secretary and Convenor. iv) One representative of Finance Department of the Government not below the rank of Joint Secretary or Financial Adviser in case of the works Department where FA System has been introduced……….Member This provision will be applicable irrespective of the value of the works to which the dispute may relate.

------

Seal and Signature of Tenderer

12. Date & Schedule (Table-I):

a) Name of the work : As Per Annexure-I

b) Eligibility of Govt. bonafide contractor or outsiders or reputed firm having an Contractor experience of similar nature of work; value of work at least 40% of the estimated amount within last 5 (FIVE) financial year (FY 2015-16 to FY 2019-2020)) in a single work and also should possess valid PAN card, VAT/Sales Tax, Professional Tax Clearance Certificate and Valid trade license, PTPC. MOU/Joint Venture/sub contract in any form will not be allowed or provided in this contract. (refer clause 6-i)

c) Name & Address of The Chairperson, B.O.A. , Tamralipta Municipality, the Execution Tamluk, Purba Medinipur. Authority d) Estimated Value put As Per Annexure-I to Tender e) Cost Price of Tender Rs. 2500.00(only L1 bidder have to pay at Tamralipta Municipality) documents : Earnest M on e y Depos iti.e. 2% of the Estimated amountput to tender shall have to be depositedafter f) Earnest Money : acceptanceofBidProposalinthesamemannerasinitialEarnestMoneydeposit.

An initial Earnest Money Deposit shallaccompanywithBidProposalviae- procurement portal oftheGovernmentofWestBengal http://wbtenders.gov.inusing bidders ‘loginID and password by selecting either of the following payment modes:

1) Net Banking (any ofthe banks listed inthe ICICI Bank Payment gateway) in case of payment through ICICI Bank Payment Gateway. 2) RTGS/NEFT in case of offline payment through bank account in any bank. Note:-The Earnest Money, as specified in this NIeB shall be paid by online internet bank transfer or NEFT or RTGS (as per GO No. 3975-F(Y) dt. 28.07.2016 of Finance Deptt., Govt. Of West Bengal). Every such Transfer shall be doneon or after the date of publish of NIeT. Any Bid without such Transfer of EM (Except exemption as per G.O.) shall be treated as informal and shall be automatically cancelled. Online transfer of Earnest Money receipt (Scanned copy) shall be uploaded as Statutory document.

g) Time of completion: Time of completion of the Contract is 60 (Sixty) Days from the date of issue of Work Order.

Seal and Signature of Tenderer

h) Date and Time Schedule as follows :

Date Time(upto) hrs

i) Date of uploading of NIT, 18/08/2020 and Tender Documents online (Publishing Date) ii) Document downloaded / 18/08/2020 16.00 sale start date (on line) iii) Tender Submission start 20/08/2020 10.00 date (on line) iv) Tender submission closing 29/08/2020 17.00 date (on line) v) Last Date of submission of To be notified later the hard copies of the technical documents with (If required) receipt of earnest money to be submitted at the office of the Tamralipta Municipality at Tamluk. vi) Tender opening date for 01/09/2020 11.00 Technical proposals (on line) vii) Date of uploading list for To be notified later. Technically Qualified Tenderer (on line) viii) Date and place for opening To be notified during uploading of Technical Evaluation Sheet of of Financial proposals (on Tenderers. line)

ix) Date of uploading of list of To be notified later. Tenderers along with the offer rates through on line. x) Also if necessary for further To be notified later. negotiation through offline for final rate

Chairperson Board of Administrators Tamralipta Municipality

Seal and Signature of Tenderer

ANNEXURE-I Notice Inviting e-Tender No: -WBMAD/ULB/CM/TM/01eT/20-21(2nd Call)

SL NAME OF WORK Estimated Value Earnest Money Cost Price of NO put to Tender Tender documents : 1 Laying of pipe line for new 02% of Estimated Rs. 2500.00 proposed small dia tubewell 686790.39 value put to only L1 bidder have to pay at Tamralipta ward No. 1,2,3 & 4 within Tender Municipality Tamralipta Municipality. 2 Laying of pipe line for new -DO- -DO- proposed small dia tube wells 576320.19 for ward No-5,6,7,8 & 9 within Tamralipta Municipality. 3 Laying of pipe line for new -DO- -DO- proposed small dia tube wells 579708.35 for ward No-10 , 11 , 12 , 13 & 14 Within Tamralipta Municipality. 4 Laying of pipe line for new -DO- -DO- proposed small dia tube wells 905156.13 for ward No-15 , 16 , 17 &18 within Tamralipta Municipality. 5 Laying of pipe line for new -DO- -DO- proposed deep tube well at 596296.15 Kapasbaria in ward No-19 within Tamralipta Municapility. 6 Laying of pipe line for new -DO- -DO- proposed small dia tube well at 561897.14 Kathipatha Badh in ward No20 within Tamralipta Municipality.

Chairperson, Board of Administrators, Tamralipta Municipality

Seal and Signature of Tenderer

13. IMPORTANT TERMS & CONDITIONS

A) The detail NIT, documents and other relevant particulars may be seen by the intending quotationers during office hours within the date mentioned above in the office of the Board of Administrators, the Chairperson of B.O.A., Tamralipta Municipality.

B) The materials related to the work are to be supplied in accordance with the specification of the B.O.Q. of the Tamralipta Municipality by the tenderer Deduction @ 10% of the Gross amount of the bill will be made as security deduction against work done value and the same will be returned to the agency after 5 (five) years from the date of actual work done subject to fulfillment of the conditions applied. However the security deposit of the contractor held with the municipality under the provision of Clause 1 of Form No. 2911/2911(i)/2911(iii) should be treated amended as per memo no.- 177-CRC/2M- 57/2008 dt.- 12.07.12 of Public Works Department as follows:

Defect Liability Period should be one year as per notification. (No-5784-PW/L&A/2M-175/2017, Dt-12.09.2017 of PWD, Govt . of West Bengal)

Full Security deposit shall be refunded to the contractor on expiry of one year from the actual date of completion of work.

Work order shall be issued by the Chairperson of B.O.A., Tamralipta Municipality; payment will be made by him according to availability of fund sanctioned for this work.

C) If the agency fails to do the work as per the agreement with the Municipal penal action in the form of forfeiture of earnest money and or security deposit money, as decided by the authority will be imposed on the agency and the decision of the authority will be conclusive and binding. In this respect the Chairperson of B.O.A., Tamralipta Municipality shall be empowered to invoke the Earnest Money deposited in favour of him.

No Price escalation, in any form, within the contract period will be entertained. No mobilization /secured advance will be allowed.

D) If any work executed by the agency with under specification the same will have to be replaced as per the specified specification by the agency at their own cost without any claim within 7 (seven) days (or as suggested by the authority) in case of failure to do so the authority shall have the right to recover the whole damage amount from the contractor. In this regard the claim will be ascertained by a complete State Government authority as per the decision of Municipality.

E) The rate quoted should be inclusive of all cost of transportation loading unloading staking at site within any municipal area of the State of West Bengal and all Taxes, GST etc. what so ever.

Seal and Signature of Tenderer

F) Deduction viz (i) ST (ii) IT or any other taxes due as per rules, will also be deducted from the bill of the agency.

Successful agency shall have to make an agreement (in one copy) with the Chairperson of B.O.A., Tamralipta Municipality, in the prescribed proforma in W.B. Form No. 2911 stating that the agency is agreeable to execute the works as and when require (as per the rates quoted and terms and conditions laid down in the quotation papers) to the Corporation, within the adjoining areas (as the case may be).

1. Regarding tender for Technical & Financial the decision of the Chairperson of B.O.A., Tamralipta Municipality shall be final & binding on the applicants in this regard.

2. The authority reserves the right to accept or reject any of all offers without assigning any reason.

3. A declaration in the form of Affidavit in a non-judicial stamp paper should be submitted stating clearly that the applicant is not burred/delisted/ blacklisted by any Govt. Deptt. / Govt. undertaking/ Statutory Body/ Corporation and of the like Govt. Bodies in execution of the similar nature of works during last five years and in any such incident is found at any point of time, the tender will be cancel summarily without assigning any reason on what so ever. Bidders are hereby requested to upload the above declaration as Technical document.

4. One single credential application can be done for one group only.

5. The price offered should remain valid within a period of one year from the date of agreement (i.e. one year) and no escalation of price shall be allowed in any event.

6. The quoted offer rate in Tender must be valid for one year from the date of agreement. The Tender inviting authority reserves the right for seeking extension of validity of offered rates from the successful Tenderers; acceptance of such request during actual offer is optional to the offerers.

7. Time being essence of execution, execution must be completed within stipulated time as to be given in the work order.

8. If any part or whole execution is found defective after execution of the same are to be rectified at free of cost within seven days.

Chairperson Board of Administrators, Tamralipta Municipality

NOTE:

Seal and Signature of Tenderer

1. In case of Bundh/strike/holiday etc. falls on the schedule dates as mentioned above, the same will be treated next working day of the fixed dates and time as scheduled above only for Sl. No. h) (v) to (x) of Table-1.

2. Scrutiny of technical proposal and recommendation thereafter and processing of Comparative Statement for acceptance etc. will be made by The Executive Engineer , East Midnapur Division, M.E. Dte under the Department of Municipal Affairs. Comparative Statement may be forwarded to the appropriate authority depending on the value of the work as applicable as per existing norms and guideline of similar nature of works like under UIDSSMT programme.

Chairperson Board of Administrators, Tamralipta Municipality

Seal and Signature of Tenderer

FORM – I PRE-QUALIFICATION APPLICATION

To, The Chairperson Board of Administrators, Tamralipta Municipality.

Ref: Tender For ______(Name of Work) ______

N.I.T. No______

Dear Sir,

Having examined the Statutory, Non statutory and NIT documents, I/we hereby submit all the necessary information and relevant documents for evaluation. The application is made by me/us 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 group of firms for Application and for completion of the contract documents is attached herewith. We are interested in bidding for work(s) given in Enclosure to this letter. We understand that: (a) Tender Inviting and Accepting Authority/Engineer-in-Charge can amend the scope and value of the contract bid under this project. (b) Tender Inviting and Accepting Authority/Engineer-in-Charge reserves the right to reject any application without assigning any reason.

Enclo: e-Filling:

1. Statutory Documents 2. Non Statutory Documents

Date: Signature of applicant including title And capacity in which application is made.

Seal and Signature of Tenderer

Self Declaration by the Bidder (To be submitted online through a non-judicial stamp paper)

1) I, the under-signed do certify that all the statements made in the attached documents are true and correct. In case of any information submitted proved to be false or concealed, the application may be rejected and no objection/ claim will be raised by the under-signed.

2) The under-signed also hereby certifies that neither our firm M/S ______

______nor any of constituent partner had been debarred to participate in any tender by any Govt. Organization / Undertaking during the last 5 (five) years prior to the date of this N.I.T.

3) The under-signed would authorize and request any Bank, person, Firm or Corporation to furnish pertinent information as deemed necessary and/or as requested by the Department to verify this statement.

4) The under-signed understands that further qualifying information may be requested and agrees to furnish any such information at the request of the Department.

5) Certified that I have applied in the tender in the capacity of individual/ as a partner of a firm and I have not applied severally for the same job.

6) We hereby declare that we agree to the terms and condition laid down in the NIT document & form 2911 document as published in the NIT No :WBMAD/ULB/CM/TM/01eT/20-21(2nd Call) This agreement over rides any remarks/observation/ submission made anywhere else in our submitted bid

Signed by an authorized officer of the firm

Title of the officer

Name of the Firm with Seal

Date: ______

Seal and Signature of Tenderer

Memo No: 294/1(7) Dated:18.08.2020

Copy forwarded for information to:

1. The District Magistrate, PurbaMedinipur. 2. The Superintending Engineer, South Circle, M.E.Dte. 3. The Executive Engineer, East Midnapur Division, M.E. Dte.,Tamluk, PurbaMedinipur. 4. The Executive Officer, Tamralipta Municipality, Tamluk, PurbaMedinipur. 5. The Finance Officer, Tamralipta Municipality, Tamluk, PurbaMedinipur. 6. Notice Board, Tamralipta Municipality, Tamluk, PurbaMedinipur. 7. Daily News Paper.

Chairperson Board of Administrators, Tamralipta Municipality

Seal and Signature of Tenderer