Government of Office of the Block Development Officer -II Dev. Block At-, PO-, PS-Kotshila, Dist.-. Phone & Fax No.03254-260555 Email Id: [email protected] Website : www.jhalda2.org & [email protected] Memo. No. 1649/PO/JLD-II Date: 12.05.2020

NOTICE INVITING E-QUOTATION BY THE OFFICE OF THE PROGRAMME OFFICER, JHALDA-II DEVELOPMENT BLOCK, KOTSHILA, PURULIA.

E- QUOTATION NO. WBPUR/JLD-2/PO/MGNREGA/NIQ-1(e)/2020-21

E- QUOTATION is invited for the undertaking the supply work as per description below, from the bonafide, reliable, resourceful and experienced suppliers having credential of similar types of works and they have to abide by the following conditions (Submission of Bid through online).

Quotation Earnest Cost of Tender Sl. Period of Name of Work Amount Money Documents Eligibility of Contractor No. Completion (in Rs.) (in Rs.) (in Rs.) The bonafide contractors Rs-00 having Copy of Tender Supply rate of different sufficient experience in Documents to be type of construction execution of purchased by the Financial 1) materials Nil Nil Similar nature of Work. Work successful bidder Year 2020-21 of MGNREGS works Value not less than 40% of at the time of under work in a single Jhalda-II Block agreement contract within last 4 {Four

Years} The bonafide contractors Rs-00 having Supply rate of different Copy of Tender sufficient experience in type of construction Documents to be execution of materials purchased by the Financial 2) Nil Nil Similar nature of Work. Work of MGNREGS works successful bidder Year 2020-21 Value not less than 40% of under Bamnia at the time of work in a single agreement Belyadih contract within last 4 {Four

Years} The bonafide contractors Rs-00 having Copy of Tender Supply rate of different sufficient experience in Documents to be type of construction execution of purchased by the Financial 3) materials Nil Nil Similar nature of Work. Work successful bidder Year 2020-21 of MGNREGS works Value not less than 40% of at the time of under work in a single Begunkodar agreement contract within last 4 {Four

Years} The bonafide contractors Rs-00 having Copy of Tender Supply rate of different sufficient experience in Documents to be type of construction execution of purchased by the Financial 4) materials Nil Nil Similar nature of Work. Work successful bidder Year 2020-21 of MGNREGS works Value not less than 40% of at the time of under work in a single agreement contract within last 4 {Four

Years} Rs-00 The bonafide contractors Supply rate of different Copy of Tender having type of construction Documents to be Financial sufficient experience in 5) materials Nil Nil purchased by the Year 2020-21 execution of of MGNREGS works successful bidder Similar nature of Work. Work under Chitmu at the time of Value not less than 40% of

Page 1 of 8

agreement work in a single contract within last 4 {Four Years} The bonafide contractors Rs-00 having Supply rate of different Copy of Tender sufficient experience in type of construction Documents to be execution of materials purchased by the Financial 6) Nil Nil Similar nature of Work. Work of MGNREGS works successful bidder Year 2020-21 Value not less than 40% of under Hirapur at the time of work in a single agreement Adardih contract within last 4 {Four

Years} The bonafide contractors Rs-00 having Copy of Tender Supply rate of different sufficient experience in Documents to be type of construction execution of purchased by the Financial 7) materials Nil Nil Similar nature of Work. Work successful bidder Year 2020-21 of MGNREGS works Value not less than 40% of at the time of under work in a single Majhidih agreement contract within last 4 {Four

Years} The bonafide contractors Rs-00 having Copy of Tender Supply rate of different sufficient experience in Documents to be type of construction execution of purchased by the Financial 8) materials Nil Nil Similar nature of Work. Work successful bidder Year 2020-21 of MGNREGS works Value not less than 40% of at the time of under work in a single Nowahatu agreement contract within last 4 {Four

Years} The bonafide contractors Rs-00 having Copy of Tender Supply rate of different sufficient experience in Documents to be type of construction execution of purchased by the Financial 9) materials Nil Nil Similar nature of Work. Work successful bidder Year 2020-21 of MGNREGS works Value not less than 40% of at the time of under work in a single Rigid agreement contract within last 4 {Four

Years} The bonafide contractors Rs-00 having Copy of Tender Supply rate of different sufficient experience in Documents to be type of construction execution of purchased by the Financial 10) materials Nil Nil Similar nature of Work. Work successful bidder Year 2020-21 of MGNREGS works Value not less than 40% of at the time of under work in a single Tatuara agreement contract within last 4 {Four

Years}

Special Character of this E- QUOTATION: 1) The Tender Inviting Authority Presided by The Programme Officer of the Jhalda-II Development Block shall be liable up to the level of the generation of bidder list through online in the wbtenders.gov.in. The Issuances of the Work orders of this E- QUOTATION and required agreements shall be done from the Gram Panchayat’s (all 9 GPs under Jhalda-II Dev Block) end. 2) The Quotationer or the Bidder must be the Resident of Jhalda-II Block. 3) If it is shown that the L1 Bidder is reluctant to start the works as mentioned in the said E- QUOTATION then He or the Agency shall be Blacklisted for 2 years to take participation in any type of tender process in this block.

Page 2 of 8

General Guideline 1. In the event of e-Filing intending bidder may download the tender document from the website (https://wbtenders.gov.in) directly by the help of Digital Signature Certificate. 2. During online submission, both Prequalification / Technical Bid and Financial Bid will be submitted concurrently duly digitally signed in the Website https://wbtenders.gov.in at the date & time stated in the time schedule. 3. Eligibility criteria for participation in tender : a. Constitution or legal status of Tenderer. i. Place of registration. ii. Principal place of business. iii. Power of attorney of signatory of tender. b. Pan Card, Professional Tax Receipt Challan for the year 2018-2019, GST Registration Certificate to be accompanied with the Technical Bid document. Income Tax Acknowledgement Receipt for assessment year (2018-2019) to be submitted [Non Statutory Documents]. 4. Working Experience (Mandatory) : a. The bonafide contractors having sufficient experience in execution of Similar nature of Work. Work Value not less than 40% of work in a single contract within last 4 {Four Years} b. Trade License. 5. In case of Proprietorship and Partnership Firms and Company the Tax Audited Report is furnished along with balance sheet and profit and loss account and all schedules forming the part of Balance Sheet and Profit & Loss Account in favour of applicant. No other name along with applicant name, in such enclose will be entertained. [Non Statutory Documents] 6. Date & Time Schedule:- Sl. No. Particulars Date & Time i. Date of uploading of NIQ Tender Documents (online) 12/05/2020, 05:00 up to p.m. ii. Date of Publishing the NIQ Tender (online) 12/05/2020, after 05:00 p.m. iii. Document download start date (online) 12/05/2020, after 05:00 p.m. iv. Document download closing date (online) 23/05/2020, 05:00 p.m. v. Both Technical and financial bid submission starting date (online) 12/05/2020, after 05:00 p.m. vi. Both Technical and Financial bid submission closing date (online) 23/05/2020, 05:00 p.m. vii. Date of opening of Technical Proposals (online) 26/05/2020, 11:00 a.m. and there after After the Technical Evaluation by the viii. Date of uploading of list of Technically qualified bidders (online) Tender Committee.

7. Tax Deduction: Tax deduction will be done as per new guideline of GST and if there is any other provision. 8. Earnest Money: No Earnest Money is required. 9. Security Deposit: Balance amount of security deposit @ 8% (Eight percent) will be deducted from each and every progressive bill to make 10% security deposit as per terms of the contract. 10. No conditional/ incomplete tender will be accepted under any circumstances. 11. The Tender Inviting Authority reserves the right to cancel the NIQ(e) due to unavoidable circumstances and no claim in this respect will be entertained. 12. During scrutiny, if it comes to the notice of the tender inviting authority that the credential or any other papers submitted are found incorrect / manufactured/ fabricated, that bidder will not be allowed to participate in the tender and that application will be out rightly rejected without any prejudice. 13. Before issuance of the work order, the tender inviting authority shall verify the credential & other documents of the lowest Tenderer. 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. In such case 2nd lowest bidder may be invited for the work. 14. The tender inviting authority reserves the right to accept or reject any Bid and to cancel the tendering process without assigning any reason whatsoever to the Bidder. 15. Any adverse measure on any account against the agency, who is working at present or worked during last five years, as on the date of bid, under any Govt. dept. and / or recovery outstanding debarred / black listed in any Govt. dept. will lead to rejection of its application for issuance of tender document, even after fulfillment of other eligible criteria, A declaration to that effect will have to be submitted in the form of affidavit in non-judicial stamp paper duly notarised. 16. The rates are to be quoted in item rate basis in the attached BOQ. 17. All materials to be supplied by the contractor himself.

18. NOTE FOR Eligibility Criteria : i) Bidder has to produce duly attested supporting documents/certificates from the employer / client with whom they have worked, audited balance sheet duly certified by the chartered Accountant and valid payment certificate issued by Govt. Organization / PSU/ Semi Government Organization along with the application (Both on-line and off-line). ii) Certificates from the private individual and organization for whom such work are executed shall not be accepted. iii) The eligible period mentioned above shall be reckoned up to the date of opening of Tender as originally advertised. The extended date of opening of the tender, if any, shall not be taken into account for the purpose of counting eligibility period. iv) Declaration regarding structure and organization duly digitally signed by the applicant to be submitted along the application. 19. Joint venture and consortium will not be accepted. 20. Tender applications received without the specified certificates and documents shall be rejected. 21. The tender inviting authority reserves the right to relax eligibility criteria if felt necessary for the interest of Govt. work. Page 3 of 8

22. Employer / Client’s certificates shall be accepted by the Tender inviting authority when the same are signed by an official of the rank not below the rank of Executive Engineer or equivalent in respect of a Govt. / Semi Govt. organization or a PSU and only when they are supported by adequate proof of payments received by the contractor for the work done by them. 23. The Bidder shall not be entitled for any compensation whatsoever for non-issue of tender documents. 24. If any information / document furnished by the applicant (bidder) is found incorrect even at a later stage, he shall be liable to be debarred from tendering / taking up work in any Department under Govt. of West Bengal including imposition of other legal measure(s) as per law of land. 25. For further detailed information, the intending applicant shall have to contact the office of the Tender Inviting Authority on any working day during office hours. 26. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the tenderers who resort to canvassing will be liable to rejection. 27. The rates quoted in the Tender shall remain valid for acceptance within 120 (one hundred twenty) days from the date of opening of the Tender. 28. The Contractors are bound by the terms and conditions of W.B.F No.2911/ 2911(i) / 2911(ii) with relevant changes. 29. The Contractor will remain liable for following with West Bengal Contract Labour (Regulation & Abolition) Rules in force & necessary. Certificates from appropriate authority to be submitted within 7 (Seven) days from the date of the work order. 30. Payment for the supply / work will be made subject to availability of Fund & L.O.C and no interest will be paid for delayed payment.

31. Qualification Criteria The Tender Inviting Authority reserves the right to relax the minimum qualification criteria for the work if necessary. The Tender Inviting & Accepting Authority through an ‘Evaluation Committee’ will determine the eligibility of each bidder, considering the following criteria:- a) Financial Capacity b) Technical Capability comprising of personnel & equipment capability c) Experience The eligibility of a bidder will be ascertained on the basis of the attested documents submitted (off-line) / uploaded using digital signature in support of the minimum criteria as mentioned in a, b, c above and the declaration executed through prescribed affidavit in non-judicial stamp paper of appropriate value duly notarized. If any document submitted by a bidder is either manufactured or false, in such cases the eligibility of the bidder/ tenderer will be out rightly rejected at any stage without any prejudice.

Block Programme Officer & Block Development Officer, Jhalda-II Development Block

Memo No.1649/1(41)/PO/JLD-II Dated: 12/05/2020 Copy forwarded for information and wide circulation to : 1) The Sabhadhipati, Purulia Zila Parishad, 2) The District Magistrate, Purulia (General Section), 3) The Additional Executive Officer, Purulia Zila Parishad, 4) The Sub Divisional Officer, Jhalda, 5) The District Nodal Officer, Purulia MGNREGA Cell, 6) to 24) The Block Development Officer (all) under , 25) The Sabhapati, Jhalda-II Panchayat Samity, 26) to 34) The Pradhan (all) of Gram Panchayat under Jhalda-II Development Block, 35) The DIO, Purulia, with a request to publish the NIQ(e) in the Purulia NIC Site, 36) The A.H.C, Jhalda-II Dev. Block, 37) The A.P.O, Jhalda-II Dev. Block, 38) to 39) The TA, Jhalda-II Dev. Block, 40) The DEO (Dasharath Mahato), Jhalda-II Dev Block, with an instruction to mail the NIQ(e) to all concerned, 41) The District Information and Cultural Officer, Purulia with a request to publish the Press Notice at least two daily news paper (one in locally circuleted bengali newspaper and other in sate wise circulated bengali newspaper).

Sd/- Block Programme Officer & Block Development Officer, Jhalda-II Development Block

Page 4 of 8

INSTRUCTION TO BIDDERS

1. General guidance for e-Tendering Instructions / Guidelines for Bidders for electronic submission of the tenders online have been annexed for assigning the Contractors to participate in e-Tendering. 2. Registration of Contractor Any Contractor 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 http://wbtenders.gov.in. The contractor is to click on the link for e-Tendering site as given on the web portal. 3. Digital Signature certificate (DSC) Each contractor is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC) for submission of tenders, from the approved service provider of the National Information’s Centre (NIC) on payment of requisite amount details of which are available at the Web Site stated in Clause 2. DSC is given as a USB e-Token. 4. The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of Tender Document. 5. Submission of Tenders. General process of submission, Tenders are to be submitted online through the website stated in Cl.2 in two folders as per tender schedule, i.e Technical Proposal & Financial Proposal before the prescribed date & time using the Digital Signature Certificate (DSC). The documents are to be uploaded (virus scanned copy) duly Digitally Signed wherever necessary. The documents will get encrypted (transformed into non-readable formats). (A) TECHNICAL PROPOSAL The Technical proposal to be submitted in the following two covers (Folders): (A-1). Statutory Cover Containing: Following Scanned Documents are to be uploaded virus scanned and digitally signed by the Bidders:- (a) N.I.Q. (b) Tender Documents (c) W.B.F. 2911(ii) (No rates to be given) (d) Technical File1 – All filled up Formats as per N.I.Q. and Tender Documents. (A-2). Non-Statutory Cover Containing: Following Scanned Documents and digitally signed copy must be uploaded by the Bidder:- (a) GST or West Bengal VAT Registration / PAN / P. Tax Clearance Certificate etc. (b) Income Tax Acknowledgement Receipt for last assessment year as per last audited Financial year. (c) Affidavit (Declaration by the Bidder) (d) Trade License. (e) Registration Certificate under Company Act. (if any). (f) Registered Deed of Partnership Firm / Article of Association & Memorandum. (g) Power of Attorney (For Partnership Firm / Private Limited Company, if any). (h) Audited Balance Sheet & Profit & Loss A/c for last three Financial Year. (i) Experience Certificate for :The bonafide contractors having sufficient experience in execution of Similar nature of Work. Work Value not less than 40% of work in a single contract within last 4 {Four Years} (j) Scanned copy of Original Credential Certificates i.e. Payment Certificate only (Not TDS Certificate & It must be drown after the release of Security Deposit ). Intending Bidders should upload Non-Statutory documents as per following folders in My Document:

Sl. Sub Category No. Category Name Description DETAILS Remarks 1.GST OR West Bengal VAT Registration / PAN / P. Tax Clearance A CERTIFICATES CERTIFICATES Certificate 2.Income Tax Acknowledgement Receipt 3.Trade License CREDENTIAL 1 1.Similar Nature of Work Done & CREDENTIAL B CREDENTIAL 2 Completion Certificate

PAYMENT 1.Payment Certificate only (Not FINANCIAL CERTIFICATE 1 TDS Certificate & It must be drown after INFO PAYMENT the release of Security Deposit ) CERTIFICATE 2

1.Profit & Loss & balance Sheet P/L AND BALANCE 2019-20 (With Annexure and 3CD Form in C SHEET case of Tax Audit) 1.Profit & Loss & balance Sheet P/L AND BALANCE 2018-19 (With Annexure and 3CD Form in SHEET case of Tax Audit) 1.Profit & Loss & balance Sheet P/L AND BALANCE 2017-18 (With Annexure and 3CD Form in SHEET case of Tax Audit)

Page 5 of 8

Note:- Failure of submission of any of the above mentioned documents (as stated in A, B & C) will render the tender liable to summarily rejected for both statutory & non statutory cover. All Corrigendum & Addendum Notices, if any, have to be digitally signed & uploaded by the contractor in the Declaration Folder of My Documents.

(B) FINANCIAL PROPOSAL: i) The financial proposal should contain the following documents in one cover (folder) : (a) Bill of Quantities (BOQ) in which the bidder is to quote the rate online through computer in the space marked for quoting rate in the BOQ. Only downloaded copies of the above Documents are to be uploaded virus scanned & Digitally Signed by the bidder. The percentage rate will have to be quoted only in the BOQ under the financial bid. In case of quoting any rate in WBF 2911(ii) or any other documents, the tender is liable to be summarily rejected. 6. Opening & evaluation of tender:- 6.1. Opening of Technical proposal:- i) Technical proposals will be opened by the Block Development Officer, Jhalda-II Development Block along with SAE or his authorized representative electronically from the web site using their Digital Signature Certificate. ii) Intending Bidders may remain present if they so desire.

iii) Cover (folder) statutory documents & non-statutory documents should be open first. If there is any deficiency in the statutory & non-statutory documents in the tender as per requirement of N.I.T. will summarily be rejected. iv) Decrypted (transformed in to readable formats) documents of the statutory and non statutory cover will be downloaded for evaluation.

6.2. Uploading of summary list of technically qualified Bidders:

i) Pursuant to scrutiny & decision of the Tender Evaluation committee the summary list of eligible Bidders will be uploaded in the web portals. ii) While evaluating the committee may summon the Bidders & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection.

6.3. Financial proposal

i) Financial proposals of the Bidders declared technically eligible by the Tender Evaluation Committee will be opened electronically from the web portal stated in Clause 2 on the prescribed date, by the Block Development Officer, Jhalda-II Development Block. ii) The encrypted copies will be decrypted and the rates will be read out to the bidders remaining present at that time.

Sd/- Block Programme Officer & Block Development Officer, Jhalda-II Development Block

Page 6 of 8

CONDITIONS & REQUIREMENTS FOR TENDERING

1. The right is reserved by the officer inviting the tender to revise or amend the tender documents prior to the date notified for submission of the tender or also to extend the time mentioned in relevant clause of the NIT. Such revisions, amendments or extension as the case may be shall be communicated to all concerned in the form of addendum or corrigendum as may be considered necessary and those will form as part of the agreement. 2. Tender inviting authority reserves the right to include or alter or modify any of the items or ingredients of the set of the tender documents before acceptance. 3. Bidders would be at liberty to point out any ambiguities, contradictions, omissions etc. seeking clarifications thereof or interpretation of any of the Clause(s), conditions etc. of the tender documents before the Tender Inviting Authority in writing within a period of 3 (three) days from the date of publication of tender documents and beyond such period no representation in that behalf will be entertained by the Tender Inviting Authority. Written clarification or amendments etc. as may be issued by the tender inviting authority in pursuance to the representation made by the Bidders under clause 13(i) above shall be final and binding on the Bidders and shall form part of the tender documents. Tender Inviting Authority, however, reserves its right to have pre bid conference with the Bidders. 4. Intending Bidders are required to inspect the site of work with particular reference to location, site condition and infrastructural facilities. They are to make a careful study with regard to accessibility, availability of materials and its sources, labour (skilled and unskilled) and all relevant factors as might affect their rates and prices. Bidder who submits a tender will be deemed to have inspected the site and made proper study of all relevant factors. Clause 13 hereof will be applicable mutatis mutandis. 5. The Bidder is required to carefully study all the tender documents and prepare his tender to comply with all the provisions thereof. Submission of a Tender shall be taken as evidence and confirmation that the Bidder has acknowledged all the provisions of the Tender Documents and has fully acquainted himself with site conditions and all factors which may influence the preparation of his Tender. Negligence of the Bidder to observe instructions in the matter of preparation of his Tender shall be attributable to him and shall not be a ground for securing relief from any error as may be found or discrepancies as may be contained in his Tender and would not give him any liberty to withdraw his Tender after the same being opened. 6. All expenses incurred for site inspection and all activities in the preparation and submission of the Tender shall be borne by the Bidder, for which no claim shall be entertained. 7. Extra claim or any concession on the ground of insufficient data or information and absence of knowledge of conditions prevailing at the site or situation arising during the execution of the work shall not be entertained. 8. No alteration shall be allowed in the Tender Documents sold to the Bidder. 9. Tenders which have been considered valid on the result of general examination at the time of opening, shall be subject to subsequent detailed scrutiny. Notwithstanding the general examination carried out earlier, the tender receiving authority reserves the right of rejection of any tender, which may be found to be defective during the detailed scrutiny. 10. Tender will be accepted on behalf of the Governor of West Bengal by the Block Development Officer, Jhalda-II Development Block who does not bind himself to accept the lowest tender and reserves himself the right to reject any or all of the tenders received without assigning any reason thereof. 11. Bidders have to strictly comply with the conditions, specifications etc. laid down in the tender documents and no unilateral variation in any form is permissible. 12. The successful Bidder will be notified in writing of the acceptance of his Tender. The Bidder then becomes the Contractor and shall have to forthwith take steps to execute documents forming the formal Contract and to take steps for fulfillment of all his obligations under the contract. 13. The Bidder, whose tender is accepted, shall, within 7 (seven) days from the date of receiving the acceptance letter from The Block Development Officer, Jhalda-II Development Block, obtain required nos. of contract documents from the Pradhan of all 9 (nine) Gram Panchayats under Jhalda-II Dev. Block on payment of usual charges, and upon signing submit the same to the said authorities for execution of the formal contract. If the Bidder fails to perform the formalities as mentioned above within the said specified period, the acceptance of tender is liable to be cancelled. 14. Bidders before submitting the tender documents shall have to ensure that “Declaration by the Bidder” in the proforma set out in the tender documents is to be filed separately with the tender documents in the form of Affidavit to be affirmed by the same person signing the tender documents. 15. The Contract shall be governed by and construed in accordance with the governing law of and also the laws in force in the State of West Bengal and no suit or other proceeding relating to the Contract shall be filed or taken by the Contractor in any Court of Law except in the High Court of Kolkata which shall have exclusive jurisdiction to hear and determine all actions and proceedings in connection with and arising out of the contract, and the Contractor shall submit to the jurisdiction of the aforesaid Court of Law for the purpose of any such action and proceedings. 16. Neither the tender inviting authority nor the participating Bidders will be entitled to take undue advantage(s) in any form whatsoever owing to any typographical mistake / omission if found subsequently. The same may immediately be brought to limelight for ratification.

Sd/- Block Programme Officer & Block Development Officer, Jhalda-II Development Block

Page 7 of 8

DECLARATION BY THE BIDDER

Affidavit to be affirmed on a Non Judicial Stamp Paper of Rs. 10/- (Rupees Ten ) only and to be enclosed with the Tender Documents which is also required to be mentioned in the forwarding letter of the Bidder.

I, ………………………………Son of ………………………………………..aged about …………….. years by occupation ……………………………………………… do hereby solemnly affirm and declare as follows :-

1. That I am the ______(designation) of ______(Name of Bidder) and I am duly authorized and competent to affirm this affidavit on behalf of the said Bidder. 2. That my/our authorized and competent personnel including myself have inspected all the sites of work covered under N.I.Q. No. ______(circulated under Memo. No.______, Dated ______of Block Development Officer, Jhalda-II Development Block, Kotshila, Purulia) and have made ourselves fully acquainted with the site conditions and local conditions in or around the site of work. We have also carefully gone through the Notice Inviting Tender and Tender Documents. Tender of the above named Bidder is offered upon due consideration of all factors and if the same is accepted, I, on behalf of the aforesaid Bidder, being duly authorized, promise to abide by all the covenants, conditions, and stipulations of the contract document and to carry out, construction based on departmental design & drawing, supply, erection, commissioning including leak proof test to the entire satisfaction of the Engineer-in- charge of the work and abide by his instruction as may be given by him time to time to that effect. I also undertake to abide by the provisions of law including the provisions of New GST rule or Contract Labour (Regulation & Abolition) Ac t, 1970, Apprentice Act, 1961, West Bengal sales Tax Act, Income Tax Act as would be applicable to the Bidder upon entering into formal contract with the Government of West Bengal. 3. That I declare that no relevant information as required to be furnished by the Bidder has been suppressed in the Tender Documents. 4. That I declare that for execution of different types of works for Successful completion & commissioning of the reservoir, as per scope of Tender Document we will not claim any extra payment for any type of work in any manner whatsoever in the event of becoming successful Bidder. 5. It is understood and agreed that cost whatsoever is incurred / involved for participation in this Tender would not be compensated / borne by tender issuing authority and therefore, in consideration of submitting its qualifications as a prospective Contractor for review, I fully agree to waive any claim against tender issuing authority that might arise with respect to its decision of a prospective Contractor’s qualification. The decision of tender issuing authority is final, binding and not subjected to appeal / review of any kind. 6. That I declare that tender issuing authority shall not be held responsible for making payment against any anticipated profit and / or compensation for any losses, whatsoever for the works as stated in this Tender Document and we shall not claim any payment for such purposes in the event of becoming successful Bidder. 7. That I declare that my / our origination not declared / blacklisted by any Municipal Corporation/ Development Authorities / State or Central Government Authority or Private Sector in India since last 5 (five) years. My/our Organization has not been declared Bankrupts or Insolvent by any Govt. or Private Financial Institution. Nor any other ill record has been recorded in the name of my/our organization in any of the Municipal Corporation/ Development Authorities / State or Central Government Authority or Private Sector in India. Nor any activity of my/our organizational staff has been recorded as anti-national / against the law of the land in any concerned law protecting authority. 8. That the statements made in paragraph no. 1 to 6 are true to the best of my knowledge and belief.

Solemnly affirmed by the

Said ______Deponent

Before me (1st Class Judicial Magistrate / Notary Public)

Page 8 of 8