Signature and Seal of The Tenderer

You might also like

Download as doc, pdf, or txt
Download as doc, pdf, or txt
You are on page 1of 13

Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.

Notice Inviting e-Tender No. KMC/WS/GRWW/T-10/2019-20


Office of the Director General( Water Supply)-I, Kolkata Municipal Corporation
Tender Reference No : KMC/WS/GRWW/T-10/2019-20

The Director General (Water Supply)-I , Kolkata Municipal Corporation, invites item-rate e-tender for the work detailed in the
table below (Submission of Bid through online).

Detailed of Scheme(s)/ Work(s):

Name of Work Earnest Money (Rs) Time of Price of Tender


Completion Document (Rs)
Supply, delivery, pouring and renovation of filter bed 50,000.00 (Balanced amount to
no-12 & 13 with allied works at TP-1, GRWW. reach @2% of 60 (Sixty)
contract/accepted amount is Days. NIL
to be deposited before issuing
of order).

1. For e-filing, intending bidder may download the tender documents from the website http://etender.wb.nic.in directly with
the help of Digital Signature Certificate. Payment of necessary cost of Tender Documents (tender fees) and Earnest Money
may be made either through Net Banking or through RTGS/NEFT. Payment will be deposited in the pooling account. The
EMD of the successful bidder and all tender paper costs will be transferred to the KMC Account from the pooling Account.
EMDs of the technically disqualified as well as unsuccessful bidders will be refunded automatically to bidder’s bank
account from the pooling account, once the Award of Contract (AOC) is uploaded in the system.

2. Both Technical Bid and Financial Bid are to be submitted concurrently, duly digitally signed in the website
https//etender.wb.nic.in

3. Tender Documents may be downloaded from website and submission of Technical Bid and Financial Bid is to be done as
per Time Schedule stated.

4. FINANCIAL OFFER of the prospective tenderer will be considered only if the tenderer is found qualified by the ‘Tender
Evaluation Committee’ on the basis of the documents submitted with Technical bid. The decision of the ‘Tender Evaluation
Committee’ will be final and absolute in this respect. The list of Qualified Bidders will be displayed in the website in due
course.

5. Eligibility criteria for participation in the tender.

(A)
i. Intending Tenderers shall produce credentials of a similar nature of completed work, in a State/ Central Government, State/
Central Government undertaking, Statutory/ Autonomous bodies constituted under the Central/ State statute, of the
minimum value of Rs.18.00 lacs during 5 (five) years prior to the date of issue of the tender notice.
OR
ii. Intending Tenderers shall produce credentials of 2 (two) similar nature of completed works, in a State/ Central Government,
State/ Central Government undertaking, Statutory/ Autonomous bodies constituted under the Central/ State statute, each of
the minimum value of Rs.13.00 lacs during 5 (five) years prior to the date of issue of the tender notice.
OR
iii. Intending Tenderers shall produce credentials of one single running work of similar nature, in a State/ Central Government,
State/ Central Government undertaking, Statutory/ Autonomous bodies constituted under the Central/ State statute, which
has been completed to the extent of 80% or more (in terms of amount) and value of which is not less than the desired value
at (i) above.

In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the concerned
Executive Engineer or equivalent competent authority will be eligible for the tender. In the required certificate it should clearly
be stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executing agency,
i.e., the tenderer.

(B) Credential certificate issued by not below the rank of an Executive Engineer or equivalent competent authority of a State/
Central Government, State/ Central Government undertaking, Statutory/ Autonomous bodies constituted under the Central/
State statute on the executed value of completed/ running work will be taken as Credential.

(C) Work order or Payment Certificate will not be treated as credential.

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.
(D) Similar Nature of Work means:

i) Replacement of filter media (sand and gravel of rapid gravity filter bed) of filter bed/s for potable water supplying new
media and repairing-renovation of filter bed/s for potable water or
ii) Lifting of existing filter media (sand and gravel of rapid gravity filter bed) of filter bed/s for potable water and supply,
delivery, pouring of filter media (sand and gravel of rapid gravity filter bed) in filter bed/s for potable water or
iii) Operation and maintenance of water treatment plant with rapid gravity filter bed for drinking purpse.
iv) Construction of water treatment plant with rapid gravity filter bed for drinking purpse.

Any intending bidder who has worked in the above field/s as a sub-contractor will not be eligible to participate in this tender.
[Non-statutory documents]

I. Document in support of submission of requisite earnest money, Audited balance sheet for last three financial years, Trade
License, PAN Card, upto date P. Tax clearinging document, ESI & PF registration certificates, Valid 15-digit Goods and
Services Taxpayer Identification Number (GSTIN) under GST Act, 2017 etc are to be submitted along with the
Technical Bid Documents. All the copies must be bidder-attested before uploading.
[Non-statutory documents]
II. Prospective bidders or any of their constituent partner shall neither have abandoned any work nor any of their contract
have been rescinded during the last 5 (five) years. Such abandonment or rescission will be considered as disqualification
towards eligibility. (A declaration in this respect through affidavit has to be furnished by the prospective bidders without
which the Technical Bid shall be treated as non-responsive.
[Non-statutory documents]
III. Registered Partnership Deed for Partnership Firm only alongwith Power of Attorney is to be submitted. The company
shall furnish the Article of Association and Memorandum.
[Non-statutory documents]

A prospective bidder shall be allowed to participate in a particular job either in the capacity of individual or as a partner of a
firm. If found to have applied severally in a single job, all his applications will be rejected for that job, without assigning any
reason thereof.

Payment will be made to the Contractor after completion of the whole work satisfactorily subject to the audit procedure in
vogue in the K.M.C. at the rate of 92 percent upon the value of the works actually executed, as certified by the Director
General Water Supply, the remaining 8 percent shall be retained by the K.M.C. as retention money. A sum equivalent to 8
percent of the total value of the final bill shall be held by the K.M.C. as retention money which will be payable to the
contractor after the expiry of the warranty period i.e. twelve calendar months from the date of satisfactory completion of the
entire work in all respects, on the certificate of the Director General (Water Supply)-I.

6. No mobilisation advance will be allowed.

7. Security Deposit: 2% of Awarded/contract Value.


Earnest Money will be converted into Security Deposit and balance amount of the 2% (two percent) of the AWARDED
VALUE of the work shall be DEPOSITED prior to issuance of Work Order. No interest will be paid on Security Deposit.

8. Bid shall remain valid for a period not less than 180 (one hundred eighty) days from the last date of submission of
Financial Bid / Sealed Bid. If the bidder withdraws the bid during the validity period of bid, the earnest money as
deposited will be forfeited forthwith without assigning any reason thereof. All sorts of materials supplied shall be brand
new and indigenous. In no way sub-contrating will be allowed for execution of the work or any part thereof.

9. Date and Time Schedule:-

Sl. No. Particulars Date & Time


1 Date of uploading of N.I.T. & other Documents (online) 25/07/19 at 10:15AM
2 Documents download/sale start date (Online) 25/07/19 from 10:30AM
3 Documents download/sale end date (Online) 09/08/19 upto11:00AM
4 Bid submission start date (On line) 25/07/19 from 11:00AM
5 Bid Submission closing (On line) 09/08/19 up to 11:30AM
Following Documents in duplicate to be submitted ‘OFFLINE’ in sealed 09/08/19 upto 12:30 PM
cover to the Office of The Director General (WS)-I, KMC, 5, S.N.
Banerjee Road, Kolkata -700013 Or the Executive Engineer ar Garden
Reach Water Works.
6
Downloaded Tender Documents i.e Technical bid, N.I.T and necessary
documents)
(Sealed Envelope containing Technical Bid, N.I.T and necessary
documents)
7 Date, time and venue of pre-bid meeting 31/07/19 at about 02:00PM at
Signature and seal of the tenderer
Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.
the Office of the DG(WS)-I,
KMC, 5, S. N. Banerjee Road,
Kolkata 700 013
8 Bid opening date for Technical Proposals (Online) 13/08/2019AT AT 01:00 PM
9 Date of uploading list for Technically Qualified Bidder(online) To be Notified later
Date for opening of Financial Proposal (Online) To be Notified later through the
10
portal for e Tender.
B.O.Q in duplicate in sealed Envelope to be submitted (OFF LINE) To be Notified later through the
(Sealed Envelope containing Financial Bid) to the Office of The Director portal for e Tender
11
General (WS)-I, KMC, 5, S.N. Banerjee Road, Kolkata -700013 Or the
Executive Engineer ar Garden Reach Water Works.

The Prospective Bidder shall have to execute the work in such a manner so that appropriate service level of the work is
maintained during progress of work for a period of 1 (one) calendar year from the date of completion of the work to the entire
satisfaction of the Engineer-in-Charge. If any defect / damage is found during the period as mentioned above, the contractor
shall make the same good at his own cost to the specification at par with instant project work. On failure to do so, penal action
against the contractor will be imposed by the Department as deemed fit. The contractor may quote his rate considering the
above aspect. Refund of Security Deposit will only be made after successful completion of maintaining of appropriate service
level of the work.

10. Earnest Money: The amount of Earnest Money as per the appropriate clause is to be deposited either through Net Banking
or through RTGS/NEFT. Payment will be deposited in the pooling account.
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 Tender, before submitting offer with full satisfaction. The cost of visiting the site shall be
at his own expense

11. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids, no
cost of Bidding shall be reimbursable by the Department. The Director General((WS ), KMC reserves the right to accept
or reject any offer without assigning any reason whatsoever and is not liable for any cost that might have been incurred by
any Tenderer at the stage of Bidding.

12. Refund of EMD: EMDs of the technically disqualified as well as unsuccessful bidders will be refunded automatically to
the bidder’s Bank Account from the pooling account once the Award of Contract (AOC) is uploaded in the system.

13. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instructions to
Bidders’ stated in before tendering the bids.

14. Conditional / Incomplete tender will not be accepted under any circumstances.

15. The intending tenderers are required to quote the rate online.

16. 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 thereunder from time to time.

17. During scrutiny, if it comes to the notice of the tender inviting authority that the credential or any other paper (both
statutory & non-statutory) is found incorrect / manufactured / fabricated, that bidder would not be allowed to participate in
the tender and that application will be rejected without any prejudice besides other legal actions as will be deemed fit.

18. The Director General (W/S), The Kolkata Municipal Corporation, reserves the right to cancel the Tender without assigning
any reason.

19. Before issuance of the WORK ORDER, the tender inviting authority may verify the credential and other documents of the
lowest tenderer, if found necessary. After verification if it is found that the documents submitted by the lowest tenderer is
either manufactured or false , in that case work order will not be issued in favour of the said Tenderer under any
circumstances. The bidder is to execute all sorts of formalities for creating party code in KMC including submission of all
sorts of documents as per prevailing KMC-norms in due course.

20. 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) Tender Form of KMC.
ii) N.I.T.

21. Qualification criteria: The tender inviting and Accepting Authority through a “Tender Evaluation Committee” will
determine the eligibility of each bidder. The bidders shall have to meet all the minimum criteria as stated in the Tender.
Signature and seal of the tenderer
Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.

22. The eligibility of a bidder will be ascertained on the basis of the document(s) in support of the minimum criteria as
mentioned above and the declaration executed through prescribed affidavit in non-judicial stamp paper of appropriate
value duly notarised. If any document submitted by a bidder is either manufactured or false, in such cases the eligibility of
the bidder / tenderer will be rejected at any stage without any prejudice.

23. The submission of tender implies that :


i. The tenderer has/have accepted the forgoing specification & conditions of contract as mentioned in Technical Bid &
B.O.Q.
ii. Tenderers are bound by the rules in regard to tenders in vogue in the K.M.C. and the provision of the Standard
Specification of KMC / PWD / KMDA.
iii. And should this tender be accepted by the K.M.C., the tenderer bind himself/herself / themselves and his /her/ their
successors and assignees to abide by and fulfill all the terms and conditions as specified or in default thereof to forfeit
the security deposit and make good to the K.M.C. all damages as mentioned in the said specification and contract.

24. Where the tender is submitted by a Corporation, it should be signed by the Principal Officer of the Corporation or by
an Agent duly authorised in that behalf. Where it is submitted by a Firm, it should be signed by the proprietor or one of
the partners or by an agent duly authorized in that behalf by the Firm.

25. Escalation of Price on any ground and consequent cost overrun shall not be entertained under any circumstances.
Rates should be quoted accordingly.

26. No. price preference and other concession will be allowed.

27. The rate (s) quoted in the tender shall be taken to include GST rate under GST Act, 2017 that has been imposed by
the Government in respect of any article or articles required in connection with this work.

28. Tax invoice(s) shall be issued by the contractor for raising claim under the contract showing separately the tax
charged in accordance with the provisions of GST Act, 2017.

29. No extra payment will be claimed from K.M.C. due to promulgation of Goods & Services Tax.

30. Bidders shall also submit copies of following documents and/or as per notification published by the Principal
Secretary to the Govt. of W.B, Finance Dept. Audit Branch vide memo. no.4374-F(Y) Dated.13.07.2017.
i. Valid PAN issued by the IT Department, Govt. of India.
ii. Valid 15- digit Goods and Services Tax payer identification Number (GSTIN) under GST Act, 2017.
31. All the documents are to be signed and stamped by the bidder before uploading.

--------------- ---------------
---------------EE/TP-1,GRWW Dy. (WS)-III
D.G.(WS)-I

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.

INSTRUCTIONS TO THE BIDDERS

General guidance for e-Tendering:

Instructions / Guidelines for electronic submission of the tenders have been annexed for assisting the contractors to
participate in e-Tendering.

a. 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 https://etender.wb.nic.in ,The contractor is to click on the
link for e-Tendering site as given on the web portal.

b. 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 Informatics Centre (NIC) on payment of requisite amount.
Details are available at the Web Site stated in Clause (a). above. DSC is given as a USB e-Token.After the receipt of
the digital signature, if the vendor feels for any assistance they can contact IT Department of KMC for assistance.

c. The contractor can search & download N.I.T. & Tender Document(s) electronically from
computer once he logs on to the website mentioned in Clause (a). using the Digital Signature Certificate. This is the
only mode of collection of Tender Documents.

iv. Submission of Tenders:


Tenders are to be submitted through online to the website 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 virus scanned copy duly Digitally Signed. The documents will get
encrypted (transformed into non readable formats).

A) Technical Proposal:

(a) Statutory Cover/Technical Cover Containing the following documents:

1) Prequalification Application
2) Copy of Pre-filled challan having the details to process RTGS/NEFT/NET BANKING transaction towards
cost of ‘Earnest Money Deposit’ as per NIeT.
3) NIeT and Technical Bid, Volume-I (download properly, completely filled up and upload the same Digitally
Signed).
4) Price Bid, Volume-II (download properly, completely filled up and upload the same Digitally Signed).
5) BoQ (download properly, completely filled up and upload the same Digitally Signed).

(b) Non-statutory Cover/My Space containing the following documents:

i. Trade License, valid Pan Card issued by IT Department, Govt. of India, Income Tax Return Acknowledgement
for the latest Assessment Year, Professional Tax Certificate and valid 15 digit Goods and Services Tax Payer
Identification Number (GSTIN) under GST Act, 2017.

ii. Registration Certificate under Company Act. (If any).

iii. Registered Deed of partnership Firm / Article of Association & Memorandum.

iv. Any other documents the bidder intends to submit as credential.

N.B.: Failure of submission of any of the above mentioned documents of Statutory Cover and Sl. No. (iii) of Non-
Statutory Cover will render the tenderer liable to be rejected.

Power of Attorney (For Partnership Firm / Private Limited Company, if any).

v. Any other documents the bidder intends to submit as credential.

Vi. Declaration by the tenderer in affidavit form.(Annexture-I)

Vii. Querry Form (Annexture-II)

viii. Tender Declaration (Annexture-III)

ix. Power of Attorney if any.( Annexture-IV)

x. Other Instrument ( if any)

N.B.:Failure of submission of any of the above mentioned documents will render the tenderer liable to be rejected for both
statutory & non statutory cover

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.
THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTSSHOULD 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. Sub-Category
Category Name Detail(s)
No. Description
A. Certificate(s) Certificate(s) Trade Liscense, PAN, Vat Registration Certificate
Proprietorship Firm (Trade License)
Partnership Firm (Partnership Deed, Trade License,Power of
Attorney)
B. Company Detail(s) Company Detail
Ltd. Company(Incorporation Certificate, Trade License,Power of
Attorney)
Valid Trade Licence
Similar nature of work done & completion
Credential – 1
Certificate which is applicable for eligibility in this
C. Credential
tender.
Credential – 2
Affidavit
D. DECLARATION (Annexture-I) Declaration through affidavit by the prospective bidders.

QuerryForm (Annexture-
E. DECLARATION II) Declaration by the prospective bidders.

Tender Declaration
(Annexture-III)
F. DECLARATION Declaration by the prospective bidders.

Power of Attorney if any.


G. DECLARATION Declaration by the prospective bidders.
( Annexture-IV)

1. Opening & evaluation of tender: Mentioned In Table .

2. Opening of Technical Proposal:


Technical proposals will be opened by the Director General, The Kolkata Municipal Corporation, and his
authorized representative electronically from the website using their Digital Signature Certificate (DSC).

3. Intending tenderers may remain present if they so desire.

4. Cover (folder) for Statutory Documents will be opened first and if found in order, cover (folder) for Non-Statutory
Documents will be opened. If there is any deficiency in the Statutory Documents the tender will summarily be
rejected.
5. Decrypted (transformed into readable formats) documents of the non-statutory cover
will be downloaded & handed over to the Tender Evaluation Committee.

6. Summary list of technically qualified tenderers will be uploaded online.

7. Pursuant to scrutiny & decision of the Tender Evaluation Committee the summary list of
eligible tenderers & the serial number of work for which their proposal will be considered will be
uploaded in the web portals.

8. During evaluation the committee may summon any of the tenderers & 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.

2. Financial Proposal

1. The financial proposal should contain the following documents in one cover (folder) i.e.
Bill of Quantities (BOQ). The contractor is to quote the rate presenting ‘Excess’ / ‘Less’ / 0.00 means ‘AT PAR’
online through computer in the space marked for quoting rate in the BOQ.

2. Only downloaded copies of the above documents are to be uploaded virus scanned &
Digitally Signed by the contractor.

Financial capacity of a bidder will be judged on the basis of information furnished

3. Penalty for suppression / distortion of facts:


If any tenderer fails to produce the original hard copies of the documents like Completion Certificates and any other
documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is
detected in the hard copies from the uploaded soft copies, it may be treated as submission of false documents by the
tenderer and action may be referred to the appropriate authority for prosecution as per relevant IT Act.

a. Rejection of Bid:

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.
Employer (Tender Accepting Authority) reserves the right to accept or reject any Bid and to cancel the Bidding
processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to
the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for
Employer’s (Tender Accepting Authority) action.

b. Award of Contract :

The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through
Letter of Acceptance.
The notification of award will constitute the formation of the Contract.
The Agreement as per KMC standard form will incorporate all agreements between the Tender Accepting
Authority and the successful bidder. All the tender documents including N.I.T. & B.O.Q. will be part of the
contract documents. After receipt of Letter of Acceptance, the successful bidder shall have to submit requisite
copies of contract documents download from the website,. alongwith requisite cost through Demand Draft / Pay
Order issued from any scheduled bank in an acceptable form in favour of the “The Kolkata Municipal
Corporation”, for the concerned work within time limit to be set in the letter of acceptance.

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.
PRE-QUALIFICATION APPLICATION

To
The Director General (W/S)
Kolkata Municipal Corporation,
5, S.N. Banerjee Road,
Kolkata – 700013.

Ref: Tender for

(Name of work)

e-N.I.T. No.: …………………………………………………….…… (Sl. No………… ) of the Director General, Kolkata Municipal

Corporation.

Dear Sir,

Having examined the Statutory, Non-statutory & N.I.T. 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 the work(s) given in Enclosure to this letter.

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

Enclosure(s): e-Filling:-
1) Statutory Documents.
2) Non Statutory Documents.

Date:

Signature of applicant including title and capacity in


which application is made.

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.

Experience Profile

Name of the Firm:

List of works completed that are similar in nature to the works executed during the last 7 (Seven) years.
Name & address Name & nature of Awarded Date of Date of satisfactory Completion cost of
of the work and location Value(in Rs.) commencement completion of work the awarded work
organization with work order of the work
no.

Note:
1) Certificate from the Employers to be attached
2) Non-disclosure of any information in the Schedule will result in disqualification of the firm.
3) ‘Similar nature of work’ explained in the eligibility criteria.

Signature of applicant including title and capacity in


which application is made.

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.
ANNEXURE-I

DECLARATION BY THE TENDERER


(Affidavit on Non Judicial Stamp Paper of Rs.50/" duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:"

i) We have not made any misleading or false representation in the forms, statements and attachments in proof of
the qualification requirements;

ii) We do not have records of poor performance such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc.

iii) Business has never been banned with us by any Central / State Government Department / Public Sector
Undertaking or Enterprise of Central / State Government / Municipal Body.

iv) We have submitted all the supporting documents and furnished thedetails as per prescribed format.

v) The information and documents submitted with the tender by us are correct and we are fully responsible for
the correctness of the information and documents submitted by us.

vi) We understand that in case any statement/information/document furnished by us is found to be incorrect or


false, our EMD in full will be forfeited and Business dealings with us banned.

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.

Annexure-II

QUERY FORMS
( to be filled by the contractor)

Questions Answers
What is the name and style of the Firm or individual tendering
What is the address of the Firm or individual tendering ?
If the business of the tenderer is a partnership one, then state the names and address of all
partners.
a) State the partnership registration number and the date of registration of the firm.
If the business is not a partnership one, then state the name of the sole proprietor and his address.
Is the tenderer or in case of a Firm, any of the partners of the Firm, or the sole proprietor of the
Firm, a minor or a Pardanasin Lady?
State the year when the business or the Firm was established.
(a) Has the tenderer executed similar articles previously?
(b) If so, to whom, where and when?
(a) Has any officer or servent of the K.M.C. any share or interesting your business?
(b) If so, state the name of the officer or servant and the nature and particulars of the share or
interest.
(a) Is the tenderer or in the case of a Firm, any of the partners of the Firm, or the sole proprietor of
the Firm, related by blood relationship to or is closely connected by with Mayor, Dy. Mayor,
Alderman or Councillor or any officer of the K.M.C.?
(b) If so, state definitely with whom you are related and the nature of such relationship?
(a) Have you deposited earnest money ?
(b) If so, state the number and date .
(a) Have you taken out Contractor’s License under section 199/200 of the K.M.C. Act. 1980 ?
(b) If so, state the number, class and date of the License and the period for which the License will
remain in force?
valid 15-digital Goods and Service Taxpayer identification Number (GSTIN) under GST
Act.2017
Must submit Income tax clearance certificate along with valid PAN issued by IT department,
Govt. of India
Must submit alongwith the tender (GSTIN) & PAN valid on the date of the tender.
(a)Have you deposited the cost of tender document.
(b) If so state the oneline submission chalan ref.NEFT/RTGS transaction.
16. State Contact Number a) Phone Number& Mobile Phone Number.
b) E mail ID.
Party Code No. (if any)
*if the intending bidder does not have party code with KMC, he/she/they must write ‘NIL’ against party code and he/she/they
are requested to submit the document (viz PAN,Trade License, cancelled cheque) and mandatorily filled up the from of
NEFT/RTGS/CBS mandate duly certified by the banker’s of the intending bidder. The NEFT/RTGS/CBS mandate form is
given in the NIT.

Annexure-III

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.

TENDER & DECLARATION


I/We ……………………….………………………………………………………………………the tenderer do
herebydeclare that the answer giving in QUERY FORM, SCHEDULE, Item of works etc. are to true my /
our knowledge.
I / We hereby agree to execute the work as mentioned in the price schedule of works under the forgoing
specification & condition of contract at the respective items specified in the enclosed items of works.
I/We also agree to do all extra works which are not specified in the tender document of works at par to
theKMC/KMDA/PWD current schedule of rates & where no schedule of rates are available at the fair rates to be
fixed by the Director General (Water Supply).
I / We further agree that the amount tendered by me / us above will hold good and be binding notwithstanding
any increase in the price for materials and labour or other charges.

I / We further agree to be bound by the rules in regard to tenders in vogue in the K.M.C and the provision of the
Standard Specification of K.M.C / P.W.D / C.P.W.D/ KMDA.
And should this tender be accepted by the K.M.C, I / We do hereby bind myself / ourselves and my / our
successors and assignees to abide by and fulfil all the terms and conditions as specified or in default thereof to
forfeit the security deposit and make good to the K.M.C all damages as mentioned in the said specification and
contract.
N.B.- All unnecessary words in this form must be scored out and initiated by the tenderer. KMC may go in any
option as to above or extend from one option to another.

Signed this the day of 2019.


*Signature of the party tendering

Address

Trade License No.


PAN.
Attested by.

Address
Date.
* Where the tender is submitted by a Corporation it should be signed by a Principal Officer of the Corporation or
by an agent duly authorised in that behalf and be attested by a witness. Where it is submitted by a firm it should
be signed by the proprietor or one of the partners or by a firm duly authorised in that behalf by the firm and be
similarly attested.

Annexure-IV

Signature and seal of the tenderer


Supply, delivery, pouring and renovation of filter bed no-12 & 13 with allied works at TP-1, GRWW.
(FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY POWER OF ATTORNEY)

(To be executed on non judicial stamp paper of the appropriate value in accordance with relevant Stamp
Act. The stamp paper to be in the name of the firm / company who is issuing the power of attorney)

We, M/s.______________________ (name of the firm/company with address of the registered


office) hereby constitute, appoint and authorize Mr./Ms._________________________ (Name and
residential address with police station) son of Sri / Late________________________ who is presently
employed with us and holding the position of
_________________________________________________, as our Attorney to do in our name and our
behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work
___________________________________________________________________ - (name of work),
including signing and submission of application proposal, participating in the meetings,
responding to queries, submission of information / documents and generally to represent us in all
the dealings with Kolkata Municipal Corporation or any other Government Agency or any person, in
connection with the works until culmination of the process of bidding till the Contract Agreement is
entered into with Kolkata Municipal Corporation and thereafter till the expiry of the Contract
Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and
shall always be deemed to have been done by us.

Seal of firm / Company Authorized signatory

Signature and seal of the tenderer

You might also like