0% found this document useful (0 votes)
16 views

2023053178

The Government of West Bengal is inviting e-tenders for soil conservation works in Purulia District, with six specific projects outlined and estimated costs ranging from Rs. 298,000 to Rs. 404,417. Eligible contractors must possess a Digital Signature Certificate and meet various qualification criteria, including financial turnover and experience in similar works. Tenders must be submitted online, and all necessary documentation, including technical and financial proposals, must be provided by the stipulated deadline.

Uploaded by

raghubirkar11
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
16 views

2023053178

The Government of West Bengal is inviting e-tenders for soil conservation works in Purulia District, with six specific projects outlined and estimated costs ranging from Rs. 298,000 to Rs. 404,417. Eligible contractors must possess a Digital Signature Certificate and meet various qualification criteria, including financial turnover and experience in similar works. Tenders must be submitted online, and all necessary documentation, including technical and financial proposals, must be provided by the stipulated deadline.

Uploaded by

raghubirkar11
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 14

Government of West Bengal

Department of Agriculture
Office of the Deputy Director of Agriculture (SC.), KRVP, Purulia,
Krishi Bhavan, 2nd Floor, North Lake Road, Purulia- 723101

Email – [email protected]

NOTICE INVITING E-TENDER

NIT No. – 21e/PMKSY-WDC 2.0/EPA/2023-24(2nd Call)

E-Tenders is being invited by the Project Manager, WCDC, Purulia &Deputy Director of Agriculture, Soil
Conservation, KRVP, PURULIA, for the works mentioned in the list from eligible and resourceful, bonafide
contractors having sufficient credential of similar nature of works of soil conservation as per terms & conditions
mentioned below for execution of following schemes at different location of Purulia District:

1. Scope of Tender work:

Project Name of the Scheme Location Estimated


No. Cost
Mouza JL Plot no. G.P and Block
no (Rs.)

1. Re-Excavation of Water Bari 186 2733 Bari-Jagda G.P Under 3,00,000.00


Harvesting Structure at Bari Manbazar-II Block

2. Re-Excavation of Water Nalkundi 166 1879 Bari-Jagda G.P Under 4,00,000.00


Harvesting Structure at Manbazar-II Block
Nalkundi

3. Excavation of Water Parasiri 08 2659 Bahara G.P Under 298000.00


Harvesting Structure of Para Block
Gorain Goria at Parasiri

4. Excavation of Water Charpatya 15 2539, 2536, 2535 Nadiha- Surulia G.P 298000.00
Harvesting Structure of Under Para Block
Mukherjee Goria at
Charpatya

5. Excavation of Water Isanda 204 866,901, 903, 916, Hadalda- Uparrh G.P 404417.00
Harvesting Structure at 918 Under Kashipur
Isanda Block

6. Excavation of Water Kalapathar 145 1414 Sonathali G.P 404417.00


Harvesting Structure at Under Kashipur
Kalapathar Block

2. General Guidance for e-tendering:

Intending tenderers desirous of participating in the e-tender are to log on to the website https://wbtenders.gov.infor
general information.
3. Registration of Contractors:

Tenderers willing to take part in the process of e-tendering are required to obtain Digital Signature Certificate
(DSC) from any authorized Certifying Authority (C A) under CCA, Govt of India. (viz. N Code Solution, Safes
crypt, e-Mudra, TCS, MTNL, IDRBT) DSC is given as a USB e-Token. After obtaining the Class 3 Digital
Signature Certificate (DSC) from the approved CA they are required to register the fact of possessing the Digital
Signature Certificates through the registration system available in the website.

4. Eligibility for participation:

Bonafide Contractors including Consortiums and Partnership firms are eligible to participate.

5. Qualification of the Bidder: -

1. All bidders shall provide in section 2, forms of Bid and Qualification Information, a preliminary description of
the proposed work method and schedule, including drawing and charts, as necessary.

2. In the event that pre-Qualification of Potential bidders has been under taken, only bids from pre-qualified
bidders will be considered tract. These Qualified bidders should submit with their bids any information
updating their original pre- qualification applications or, alternatively, confirms in their bids that the
originally submitted pre- qualification information remains essentially correct as of date of bid submission.
The update or confirmation should be provided in season 2.

3. If the employer has not undertaken pre- qualification of potential bidder, all bidders shall include the following
information and documents with their bids in section2.

a. Copies of Original documents defining the constitution or legal status, place of registration, and principal place
of business: Valid trade license GST, PAN.

b. Total monetary value of Construction work performed for each of the last three years.

c. Experience in work of similar nature in both water storage and soil conservation works in last three Years.

d. Major items of Construction equipment proposed to carry out the Contract;

e. Qualifications and experience of key site management and technical personal proposed for the contract.

f. Reports on the financial standing of the bidder, such as profit and loss statements and auditor’s reports for
past three years

g. Evidence of adequacy of working capital for this contract access to linc (S) of credit and availability of
other financial resources;

h. Authority to seek references from the bidder’s bankers

i. Information regarding any litigation or arbitration resulting from contracts executed by the bidder in the last
five years or currently under execution. The Information shall include the names of the parties concerned, the
disputed amount, cause of litigation and matter in dispute.

j. The proposed methodology and program of Construction backed with equipment’s materials and manpower
planning and deployment,

6. To quality for award of the contract, each bidder in its name should have in the last three financial years.

a. Achieved in at least three financial years, a minimum annual financial turnover of similar nature of works
of not less than (1) 50 % of estimated value of work for a single similar nature of work credential. Copy
of work order & Payment Certificate will not be treated as “Credential” under any circumstances.
Credential certificate issued by the Executive Engineer or equivalent or competent authority of a 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. The Credential
certificate for completed works, should contain (a) Name of work, (b) the name of client, (c) Estimated
amount put to tender, (d) Schedule month and year of commencement and completion as per work order,
(e) Actual date of Completion of work, (f) Gross bill amount of the completed work/executed value of
running work and detail communication address of client must be indicated in the credential certificate.
In case of running work, the credential certificate should contain the gross bill amount of executed items
of works in addition to information as furnished in above. In both completed/running works detail
communication address of the client must be indicated in the credential certificate. Along with BOQ of
the same must be given.

b. In case if there be any objection against a bidder regarding delay of works, non-completion of works etc ,
or any court case against the Agency, the letter inviting authority in that case will not be entertained in
the tender and that application will be out rightly rejected without any prejudice in Technical Bid.

7.Each bidder should further demonstrate:

 Bank solvency certificate not less than 50% in the format given in section 2.
(Usually, the equivalent of the estimated cash flow for 3 months in peak construction period)

8. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they
have?

 Made misleading or false representations in the forms, statements and attachments submitted in proof of the
qualification requirements; and/or
 Record of poor performance such as abandoning the works, not properly completing the contract, inordinate
delays in completion, litigation history or financial failures etc; and/or
 Participated in the previous bidding for the same work and had quoted unreasonably high bid prices and
could not furnish rational justification to the employer.

9. Site Visit
The Bidder, at the Bidder’s 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
construction of the Works. The cost of visiting the Site be at the Bidder’s own expens.s The L1 bidder has to be work
within the L1 bid value only. Therefore, site visit is highly emphasized by bidders before bidding.

10. Collection of Tender Documents:


Tenders are to be submitted online and intending tenderers have to download the tender documents from the
website given in clause 2 above, directly with the help of the e-Token provided. This is the only mode of
collection of tender documents. Details of submission procedure are given below.

Bidding more than 03 Scheme (Out of 06 Scheme of this NIT) will not be admissible for one tenderer.

11. Submission of Tenders


11.1 General process of submission
Tenders are to be submitted online through the website stated in Clause 2. All the documents uploaded by the Tender
Inviting Authority form an integral part of the contract. Tenderers are required to upload all the tender documents
along with the other documents, as asked for in the tender, through the above website within the stipulated date and
time as given in the Tender. Tenders are to be submitted in two folders at a time for each work, one is Technical
Proposal and the other is Financial Proposal. The tenderer shall carefully go through the documents and prepare the
required documents and upload the scanned documents in Portable Document Format (PDF) to the portal in the
designated locations of Technical Bid. He needs to fill up the rates of item/percentage in the BOQ, downloaded for
the work, in the designated Cell and upload the same in designated location of Financial Bid. The documents
uploaded should be virus scanned and digitally signed using the Digital Signature Certificate (DSC). Tenderers
should specially take note of all the addendum/corrigendum related to the tender and upload the latest documents as
part of the tender.
11.2 Technical Proposal
The Technical Proposal should contain scanned copies and/or declarations in the following standardized formats
in two covers (folders).

A. Technical File (Statutory Cover) containing,


i. Application for Tender - Form-1
ii. Tender Form No. A– Form A published with the NIT to be downloaded and then uploaded and digitally
signed.

iii. Notice Inviting Tender (NIT) – The NIT as published is to be downloaded and then uploaded and
digitally signed.

iv. Earnest Money Deposit (EMD) – Earnest Money @ 2% of the project cost against each project as
mentioned in the schedule should be deposited by Net Banking (any listed bank) through ICICI Bank Payment
Gateway. Payment in any other means cannot be accepted. As per WB Finance Department Memo No.3975-
F(y) dated – 28.07.2016 at no exemption of EMD under any circumstance shall be Coincided

v. Average annual turnover from contracting business- Scanned copy of Summary statement of average annual
turnover from contracting business for a period of last three years, or during the period since formation of the
Firm, if it was set up in less than such 3 - year period. (Vide Form-2). (to be submitted in “Forms” folder)

(Scanned copy of power of attorney by the competent authority is to be submitted, if the power is delegated for
signing the bid to persons other than the applicant.)
Note: Tenders will be summarily rejected if any item in the statutory cover is missing. My Document (Non-
Statutory Cover)

SL No. Category Name Sub-Category Description Document Name

For details see cl.6 A & relevant clauses of


NIT

1 P.Tax deposit receipt Challan

2 Valid GST registration


A CERTIFICATES CERTIFICATES Latest I.T.R Acknowledgement Receipt for
3
last 3 (three) years.

4 Pan Card

1 Proprietorship Firm – Trade License

Proprietorship Firm – Registered


2 Partnership Deed, Registered Power of
Attorney, Trade license

B COMPANY ETAILS COMPANY DETAILS Pvt. Ltd. Company – Registration


Certificate under Company’s Act, MOA &
3
AOA, Registered Power of Attorney, Trade
License

Registered Un-employed Engineers and


4
Labour Co-operative Societies Limited

Completion Certificate fromthe concerned


Supervisor which is applicable for
1
eligibility in this bid [According to Cl. 6(i)
of NIT]
C CREDENTIAL CREDENTIAL
Certificate from the Chattered Accountant
of total monetary value of construction
2
work performed for each of the last three
years

1 Authenticated copy of current Work orders


WORK IN HAND Only Payment Certificate of work issued by
(OPTIONAL) 2 the concerned authorities and not the TDS
Certificate

Auditor’s Report from the past Three Years


3
(in case of companies & corporations)

PAYMENT Bank certificate of access to or availability


4
CERTIFICATE of credit facilities if needed to be availed

Profit and Loss statement and Balance


5
sheet for last Three years
11.3. Financial Proposal
The financial proposal should contain the following document in one cover (folder).
i) Bill of Quantities (BOQ): The tenderer is to quote the rate (percentage above or below) 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 and digitally signed by the contractor)
12. In case of discrepancy between the uploaded documents and the originals the original shall prevail.
12.1 The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall
not be subject to adjustment on any account.

13. The EMD may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity.

(b) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) sign the Agreement; or

(ii) furnish the required Performance Security.

14. Employer’s Right to accept any Bid and to reject any or all Bids

14.1 The Employer reserves the right to accept or reject any Bid, and to cancel the Bidding process 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 grounds for the Employer’s action.

14.2 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be kept
ready for signature of the successful bidder in the office of employer within 10 days following the notification of award
along with the Letter of Acceptance.

The successful Bidder will sign the Agreement and deliver it to the

Employer, after which the work order shall be issued to the successful contractor.

15. Submission of original copies of documents of Tender Cost and Earnest Money Deposit

i. Mode of Payment:

(a) Payment by net banking (any listed bank) through ICICI Bank Payment Gateway:

16. Important Conditions:

17. Completion Certificate

Completion Certificates of completed works during the current year and last three financial years will only be accepted.

18. Taxes & duties to be borne by the Contractor


Income Tax, GST. Construction Workers' Welfare Cess and similar other statutory levy /cess will have to be borne by
the contractor and the rate should be quoted inclusive of all these charges.

19. Site inspection before submission of tender

Before submitting any tender, the intending tenderers should make themselves acquainted thoroughly with the local
conditions prevailing at site by actual inspection of the site and taking into consideration all factors and difficulties
likely to be involved in the execution of work in all respect including transportation and delivery of materials,
communication facilities, climate conditions, nature of soil, availability of local labour and market rate prevailing in the
locality etc. and no claim, whatsoever, will be entertained on these account afterwards.
20. Engagement of technical supervisor

Successful tenderer while executing the project work, it is mandatory to engage at least 1 no. (One) technical supervisor
(having previous experience in supervision of similar construction works) who will supervise the entire work till successful
completion of the project.

21. Conditional and incomplete tender

Conditional and incomplete tenders are liable to summary rejection.

22. Opening and evaluation of tender

23. Opening of Technical Proposal

i. Technical proposals will be opened by the Project Manager, WCDC, Purulia & Deputy Director of Agriculture (SC),
KRVP, Purulia. or his authorized representative electronically from the website stated in Clause 2.

24. Opening and evaluation of Financial Proposal

i. Financial proposals of the tenderers declared technically eligible by the Tender Inviting Authority will be opened
electronically from the web portal stated in Clause 2 on the prescribed date.
25. Bid Validity: The validity of the Tender remains valid for 90days from the date of publication of the Tender
notice.
26. Acceptance of Tender

Lowest valid rate should normally be accepted. However, the Tender Accepting Authority does not bind himself to do
so and reserves the right to reject any or all the tenders, for valid reasons and also reserves the right to distribute the
work amongst more than one tenderer without assigning any reason.

27. Execution of Formal tender after acceptance of tender

The tenderer, whose tender is approved for acceptance, shall within 10 days of the receipt of “Letter of
Acceptance”, will have to execute ‘Formal Agreement’ with the Tender Inviting authority in quadruplicate copies,
after which work order shall be issued.

28. Security Deposit


The successful tenderers will be required to deposit Security Money @ 3% of the L1 cost through State Government
e-Procurement Portal as per Finance Dept., Audit Branch Memo No. 796-F(Y) dated 25thFeb, 2022. They will also
sign agreement in the prescribed Form within 7 (seven) days from the date of acceptance of the tender, failing the
Earnest Money will be forfeited to the Government. Security Deposit will be released as per PWD Notification no
5951-PW/L&W/2m-175/2017, dt. 02-11-2017 read with notification no. 5784/PW/L&A/2m-175/2017, dt. 12-09-
2017 from the date of completion of the work on due satisfaction of the Concerned Authority.

29. Additional Performance Security when the bid rate is 80% or less of the Estimate put to tender and no
increase in scope of work of projects during execution phase vide Memo No. 4608-F(Y), Dated 18.07.2018. Issued
by Finance Department, Government of West Bengal.

30. Refund / Statement Process of Earnest Money of the unsuccessful tenderer(s)

i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic
processing in the e-Procurement portal of the State Government, the tender inviting authority will declare the status
of the bids as successful or unsuccessful which will be made available, along with the details of the unsuccessful
bidders, to ICICI Bank by the e-Procurement portal through web services.

vi. All refunds will be made mandatorily to the Bank A/c from which the payment of EMD were initiated.
31. Payment
The payment of bill for any work will be made according to the availability of fund and approval of higher
authorities wherever applicable and no claim to delay in payment will be entertained. The final bill payment will
be done after deducting all existing Taxes, cess etc. including GST as per prevailing rules.

32. Force Measure:

The tenderer/ contractor shall not be considered in default, if delay in delivery occurs due to causes beyond his control,
such as acts of God, natural calamities, civil wars, fire, strike, frost, floods, riot and acts of unsurpassed power. In the
event of delay due to such causes, the contract may be extended for a length of time equal to the period of force measure
or at the option of the Tender Inviting Authority, it may be cancelled. Such cancellation would be without any liability
whatsoever on the part of Tender Inviting Authority.

33.Schedule of Dates for e-Tendering: -

Sl. No. Activity Date

1 Tender Publishing date & time 29/05/2023

2 Document Download start date & time 29/05/2023

3 Bid submission start date & time 29/05/2023

4 Bid submission end date & time 09/06/2023

5 Technical Bid opening date & time 12/06/2023

6 Uploading of Technical Bid Evaluation After technical bid evaluation

7 Financial Bid opening date & time After technical bid evaluation

8 Uploading of Financial Bid evaluation After financial bid evaluation

34.The undersigned reserves the right to cancel the contract on the ground of unsatisfactory or delayed work and
thereby to forfeit the security Deposit in the terms of the agreement.

35.All materials to be used as per technical specification and should be approved by the undersigned or his authorized
officer before use.

36. The terms and condition mentioned herein shall be deemed to form a part of the agreement.

37.In accordance with the provision of relevant section of Income Tax 1951. Deduction of IT shall be made from the
gross value of the bill. / or as per the prevalent rules of the Act.
SS.Vald 15 (Fittecn) digit Goods and service TaN payer ldentification No,. (GSTIN)under GST Act. 2017 &Tax
invoice (s) nced to be issued by the supplicr for raising claim under the contract showing separately the Tax chargeu
in accordance to the provisions of GST Act. 2017.

39. If any terms and conditions of the tender are altered the sane will be
notificd.
40. Structural design may alter depending on need based at the site and purpose.

41. ln any stage of bid evaluation any bidder may be asked to submit their original documents for verification by
Tender Inviting Authority, if found necessary. After verification, ifit is found that such documents submitted by the
bidder are either manufactured or false, in that case all his participation will summarily be rejected.

42.The acceptance of the tender will be subject to the receipt of approval of higher authority. The undersigned will
not be responsible for any loss sustained by a tecnderer in the event of
non-receipt of Govt. Sanction.
43. All works are to be carried out as per plan, specification and estimate of works subject to modification made in
writing by (he undersigned or his authorized officer. The teclhnical supervisor as engaged by the
work as per plan, specification and estimate of works & work measurenent to be recorded time contractor to cleck
to time by the
technical supervisor.
44. Work order will be issued after Schemes and others statutory
necessary approval by the higher author1ty.

2023
Project Manager, WCDÇ,
Deputy Director of Agriculture (SC.), KRVP, Purulia

Memo No. (?3(10/PWCDC Dated, the 29 May, 2023


Copy forwarded for information and necessary action to the:

1. CEO& Secretary, WBSWDA.


2. PA to District
Magistrate., Purulia
3. CAto Addl. District Magistrate (Gen.) Purulia.
4. Deputy Director of Agriculture (Adnn.), Purulia
5. Deputy Director of Agriculture (WBP) & Project Director, ATMA, Purulia.
6. DIO, NIC, Purulia with the request to upload in the district web site.
7. PIA, Kumari & Chaka Watershed.
8. PIA, Gowai & Horal Watershed
9. PlA, Beko, Arkusa & Dalkisor
10.9,Notice Board of this office.

Project Manager, CDC, Purulia &


Deputy Director of Agriculture (SC.), KRVP, Purulia
Technical Bid Format

Form A – General Information about the Organization

SL No Particulars Details to be furnished

Details of the Bidder (Organization)

1 Name
2 Address

3 Telephone Fax

4 E-mail Website

Details of Authorized person

5 Name

6 Address

7 Telephone E-mail

Information about the Organization

Status of Organization (Public Ltd./Pvt. Ltd/


Institution/ University etc.)
Date

8
Details of Registration of Organization
Ref

9 Locations and addresses of offices (in India and


overseas)
10 Enclose latest GST Return (Y/N)

Signature of the Bidder with seal


FORM-2

Certificate Regarding Summary Statement of Yearly Turn over from Contractual Business

This is to certify that the following statement is the summary of the audited Balance Sheet arrived from contractual

business in favour of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . for the three consecutive years or

for such period since inception of the Firm, if it was set in less than such five year's period.

SL No. Financial
Turnover rounded up to Rs in lakh (two digit Remarks
Year
after decimal)

Total

Average Turnover: In Rs

Note:

1. Average Annual turnover is to be expressed in lakh of rupees, rounded up to two digits after decimal.
2. Average Annual turnover for 3 years is to be obtained by dividing the total turnover by 3.
3. In case, the firm was set up in less than 3 year's period, mention the year of inception in the ‘Remarks’
column.

__________________________
Signature of the Bidder with seal
ANNEXURE 1: LIST OF WORKS
Project Name of the Scheme Location Estimated
No. Cost
Mouza JL Plot no. G.P and Block
no (Rs.)

1. Re-Excavation of Water Bari 186 2733 Bari-Jagda G.P Under 3,00,000.00


Harvesting Structure at Bari Manbazar-II Block

2. Re-Excavation of Water Nalkundi 166 1879 Bari-Jagda G.P Under 4,00,000.00


Harvesting Structure at Manbazar-II Block
Nalkundi

3. Excavation of Water Parasiri 08 2659 Bahara G.P Under 298000.00


Harvesting Structure of Para Block
Gorain Goria at Parasiri

4. Excavation of Water Charpatya 15 2539,2536,2535 Nadiha- Surulia G.P 298000.00


Harvesting Structure of Under Para Block
Mukherjee Goria at
Charpatya

5. Excavation of Water Isanda 204 866,901, 903, 916, Hadalda- Uparrh G.P 404417.00
Harvesting Structure at 918 Under Kashipur
Isanda Block

6. Excavation of Water Kalapathar 145 1414 Sonathali G.P 404417.00


Harvesting Structure at Under Kashipur
Kalapathar Block
APPLICATION FOR TENDER

To,
Project Manager, WCDC, Purulia &
Deputy Director of Agriculture (SC.), KRVP, Purulia

NIT No: - …………………………………....……

Serial No of Work applied for: - ..................

Amount put to tender: Rs .............................................

Dear Sir,

Having examined the Statutory, non-statutory & NIT documents, I/we hereby like to
state that I/we willfully accept all your conditions and offer to execute the works as per NIT no
and Serial no stated above. We also agree to remedy the defects after/during execution of the
above work in conformity with the conditions of contract, specifications, drawings, bill of
quantities and addenda.

Dated ___________day of _____________2023.

Full name of applicant: _________________________________________

In the capacity of: _______________________________________

Duly authorized to sign bids

For & on behalf of (Name of Firm): ___________________________ (In block capitals or typed)

Office address:

Telephone no(s) (office): ________________________________

Mobile No: ___________________________

Fax No: ______________________________

E mail ID: _____________________________

Signature of the Bidder with seal


SAMPLE FORMAT FOR BANK SOLVENCY

BANK CERTIFICATE

This is to certify that ....................................................................... ......... (Name of Agency) is a reputed


company with a good financial standing.

If the contract for the work, namely .......... [Name of work]is awarded to the above firm, we shall be able to
provide overdraft / credit facilities to the extent of Rs………………………………… to meet their working
capital requirements for executing the above contract.

Seal & Signature of Bank Authority

Name of the Bank: .....................................


Address of the Bank: .............................

You might also like