You are on page 1of 15

WESTERN COALFIELDS LIMITED

OFFICE OF THE SUB AREA MANAGER


KAMPTEE SUB AREA, PO; KAMPTEE COLLIERY DISTT, NAGPUR
Phone: 07102-234116

Ref. No. WCL/SAM/KSA/V/22/Quotation/139 Dated 30.05.2022


na-3251-civ-q-08-2022-23
Sub: Posting of Tender documents on website of WCL

Name of Area Nagpur Area

Name of Sub Area Kamptee Sub Area


Tender Title 04 Civil Works
Tender Ref. No. na-3251-civ-q-08-2022-23

Product Category Civil works


Tender Value Rs. 7,93,545.00 (04 Civil works)
EMD Rs. 9,919.00
Document Cost Free of cost
Tender Type Work Contract
First Announcement Date & Time 02.06.2022 at 10.30 A.M.
Last Date & Time of Document Collection 06.06.2022 at 10.30 A.M.
Last Date & Time for submission 07.06.2022 at 10.30 A.M.
Date and time of opening of part I 07.06.2022 at 11.00 A.M.
Tender Description (04 Civil works)
Contact Person Name Shri R. N. Moon
Designation Manager (Civil),
Telephone Number with STD Code 07102-234116
Pre qualification ( If any)
Government Procurement System
Tender Input Form CPPP (for Publishing)
TENDER INPUT FORM (A) Basic details
1 Tender Reference No. ( Tender No. ) 08 of 2022-23
2 Tender Type Open
3 Form of Contract Work
4 No. Covers ( 1 / 2 / 3 / 4 ) * 1
5 Tender Category Works
6 Account Type Head * Others
7 No. of Bid Openers 2 of 2
8 Payment Mode * Offline / Online
8(a) If Offline Instruments :
B G – Bank Guarantee
D D – Demand Draft
P O – Pay Order
B C - Banker's Cheque
(B) N I T Document (only PDF files are supported)
File Name Type Size
No. Civil Works PDF ---------
(C) Work item Details
1 Work / item title * Civil ( 04) No. Civil Works
2 Work / item Description * Civil (04) No. Civil Works

3 Per quali. Details Please Refer Tender document


4 Product Category * Civil Works
(If any other specify)
5 Product Sub Category NA
6 Contract Type * Tender
7 Tender Value * Rs. 7,93,545.00
8 Bid validity Days (120/90/60/30) * 120 Days
(If any other specify)
9 Completion period in Days As per Tender Notice
10 Location (Work /Service / Items) Kamptee Sub Area
11 Pin Code 441404
12 Pre Bid Meeting (Yes / No) * No.
If Pre Bid Meeting is Yes then 12 a & 12 b are --------
mandatory
12 a Pre Bid Meeting Place * --------
12 b Pre Bid Meeting Address * --------
13 Bid Opening Place * Manager (Civil) office in Kamptee Sub
Area, WCL
14 Tender Class * (As per tender document ) As Per Tender Document
15 Inviting Officer (Name ) * Shri R. N. Moon, Manager (Civil)
16 Inviting Officer Designation, Address Office of the Sub Area Manager Kamptee
Phone/Email * Sub Area, 07102-234116
(E) FEE DETAILS
1 TENDER CHARGES : -------
1 (a) Tender Fee (If any more than zero, then 1 (e) & 1 (I) are -------
mandatory)
1 (b) Processing Fee Nil
1(c) Surcharges Nil
1(d) Other Charges Nil
1 (e) Tender Charges Payable To * NA
1 (f) Tender Charges Payable At * NA
2 EMD FEE DETAILS :
2 (a) EMD Fee ( Fixed / Percentage ) * …...

2 (b) If EMD Fee is Fixed


EMD Amounts INR
2 (c) EMD Exemption Allowed ( Yes/ No) …....
2 (d) EMD Fee Payable to * …....
2 (e) EMD Fee Payable at * …...
(E) Critical Dates (Hrs in 24 Hour format, Mines in Multiple of 5)
DD MM YYYY Hrs. Mines
1 Publication Date 02 06 2022 10 00 A.M.
2 Document Download / Sale Start Date * 02 06 2022 10 00 A.M.

3 Document Download / Sale End Date * 06 06 2022 04 00 P.M.


4 Seek clarification Start Date *
5 Seek clarification End Date *
6 Pre Bid Meeting Date *
7 Bid Submission Start Date * 02 06 2022 10 00 A.M.
8 Bid Submission End Date * 07 06 2022 10 30 A.M.

9 Bid Opening Date * 07 06 2022 11 00 A.M.

* Marked fields are compulsory Approved By :

Prepared By : Shri R. N. Moon Sri S. K. Dixit


Name / Designation : Manager (Civil) Dy. G. M. (Mine)/SAM

Sale of the Office of the Tender Inviting Authority :


Date of Updation :
WESTERN COALFIELDS LIMITED
O/O.SUB AREA MANAGER KAMPTEE SUB AREA
P.O.KAMPTEE COLLIERY, TAH. PARSEONI, DIST. NAGPUR
TELEPHONE NO. 234116
Visit us http : // www.westerncoal nic in
http//tenders.gov.in
& http://epocure.gov.in

Ref. No. WCL/SAM/KSA/V/22/Quotation/139 Dated 30.05.2022

QUOTATION NOTICE NO. na-3251-civ-q-08-2022-23

Sealed quotations on Item Rate basis are invited from working / resourceful
contractors for the following work : -
Sl. Description of work Updated E. M. D. in Period of
No Cost in Rs Rs. completion
1 Day to day cleaning of 2 nos. weigh bridge approaches 1,99,840.00 2498.00 04 (Four)
and its surrounding area at Dumri railway Siding under (Months)
Kamptee Sub Area.
2 Day to day cleaning of 2 nos. weigh bridge approaches 1,97,683.00 2471.00 60 (Sixty)
and its surrounding area at Inder patch of AIKDOCM Days
under Kamptee Sub Area.
3 Making of R.C.C Sign boards inside the mine premises 1,96,924.00 2462.00 01 (One)
of Kamptee patch and Inder patch of AIKDOCM under (Month)
Kamptee Sub Area
4 Fire- fighting (Water Spraying) work at coal stock yard at 1,99,098.00 2489.00 02 (Two)
Kamptee OCM under Kamptee Sub Area (Months)

* The items of estimate of the work is based on DSR 2018 / analyzed rate and estimated value indicated
above has been updated as per prevailing market prices and is inclusive of GST.
** Updated cost is inclusive of provident fund & additional charges
E. M. D. :-
1. E. M. D. will be deposited in the form of Bank Draft issued from any Nationalized Bank/Schedule
Bank drawn in favor of “Western Coalfields Limited, Kamptee Sub Area” payable at Kamptee Sub Area.
2. The detailed schedule of quantity will be available in this office and can be obtained on any working
day during mentioned office hours from 02.06.2022 to 06.06.2022. Sealed quotation should be
submitted in the office of the undersigned on or before 10.30 A.M. on 07.06.2022 and the same shall
be opened at 11.00 A. M. on 07.06.2022.
3. The bid shall be submitted in single part System as follows
First Envelope shall contain the following:
i) The Earnest Money
ii) Valid Permanent Account Number (PAN) details
iii) Letter of bid (Proforma enclosed)
iv) Undertaking (Proforma enclosed)
v) Legal status of the bidder
vi) Goods and Services Tax Status

a) GST registered bidder/dealer:


Document: GST registration certificate (i. e. GST identification number) issued by appropriate authority.
OR
b). GST unregistered bidder/dealer:
Documents: A certificate from a practicing Chartered Account having membership number with Institute of
Chartered Accounts of India certifying the bidder is GST unregistered bidder/dealer in compliance with the
relevant GST rules.
(vi) Bank Mandate form (Proforma enclosed)

Second Envelope shall contain the following:


a) BOQ duly filled in.
These two envelopes (First & second envelops) may be placed in another Envelope and submitted by the
bidder. The cover – envelope (Third) shall indicate the name of the work, name of the bidder along with
the address, reference NIQ No.

4. AVAILABILITY OF BID DOCUMENTS


The Bid documents, including terms and conditions of work, is available on website from
http://eprocure.gov.in/cppp/tender search can be downloaded from the website. The bidders are requested to
download the same and submit in accordance with instructions related to submission of bid under NIQ There is
no application fee.
i. The company shall not be responsible for any delay / difficulties / inaccessibility of the Downloading
facility for any reason whatsoever.
ii. The bidders who downloaded the documents from web site, will be required to submit an undertaking
that they will accept the document as available in the website and their tender shall be rejected if any
tampering in the quotation document is found to be done at the time of opening of quotation
iii. In case of any discrepancy between the quotation documents downloaded from the web site and the
master copy available in the office, the latter shall prevail and will be binding on the quotations. No claim
on will be entertained

5) The rates quoted by bidder shall be inclusive of all taxes, duties & levies but excluding GST & GST
Compensation Cess, if applicable. The payment of GST and GST compensation cess by Western
coalfields Limited (WCL) to bidder / contractor (if GST payable by bidder / contractor) would be made only
on the latter submitting a bill / invoice in accordance with the provision of relevant GST act and the rules
made there under and after online filling of valid return on GST portal. Payment of GST and GST
compensation Cess is responsibility of contractor.

The L-1 will be decided based on “COST TO COMPANY” in the following manner:
(I) If ITC is Available :-
COST TO COMPANY = Quoted Price of Bidder .
(ii) IF ITC is Not Available :

COST TO COMPANY = Quoted Price of Bedder(+) Amount of GST (+) GST Compensation Cess, if
applicable .

6) Payment of GST and GST Compensation Cess by Western Coalfields Limited (WCL) to bidder /
Contractor (if GST payable by bidder /contractor) would be made only on the letter submitting a Bill /invoice
in accordance with the provision of relevant GST Act and the rules made there under and after online filing
of valid return on GST portal. Payment of GST & GST Compensation Cess is responsibility of contractor .

7) Withdrawal of bid after the end date of bid submission, the bidder will have to make a request in writing
to the Tender inviting Authority. Withdrawal of bid may be allowed till issue of Work order / LOA with the
following Provision of panel action.
(i) the bidder will be debarred for 1 (one) year from participating in tenders in WCL .
8) The Quotation Validity Period will be 120 (one hundred twenty) days from the final end date of
submission of bids .

9) The payment to the contractor’s labour has to be made through bank only. Contractors are to employ,
to the extent possible ( as per policy decision of the company valid from time to time), local project affected
people and pay wages not less than the minimum wages as per minimum Wages. Act or such other
legislation or award of the minimum wage fixed by respective State Govt. or Central Govt. as may be in
force. Payment of provident Fund for the workmen employed by him for the work as per the Laws prevailing
under provision of CMPF/EPF and allied scheme valid from time to time shall be the responsibility of bidder.
The bidder shall comply with statutory requirements of various acts including Child Labour (Prohibition &
Regulation) Act, 1986 as mended from time to time and all rules, regulations and schemes framed there
under from time to time in addition to other applicable labour laws.

10) Manual for Civil Engineering works shall be followed for rules regulations and General Terms &
Conditions and all other things for regulating tender and work.

11) The company is not under any obligation to accept the lowest quotation and reserve the right to reject
any or all the quotations or to accept wholly or partly any of the quotations without assigning any reason
what-so-ever.

12) The contractor shall directly pay the ex-gratia amount of Rs. 5.00 lakhs to the same dependent family
members of the deceased contractor’s worker, who died in mine accident as certified by DGMS, to whom
the statutory benefits under Employee Compensation Act, Provident Fund etc have been paid, as per the
terms of contract or through – Insurance company by availing Gro up Personal Accident Insurance Policy
for all its Workers before commencement of the contract, which shall be renewed periodically to cover the
entire duration of the contract No. reimbursement shall be made on this account by CIL/subsidiaries.

At the end of every wage period the contractor shall upload in the Contractor Labour payment
Management Portal (CLPMP) of CIL i.e. details of employees employed, their attendance, wages, statutory
deduction and statutory contribution in the wage period and take a print out of CLPMP portal generated
wages, deduction and statutory contribution details and submit the same along with certified bank
statement and challans in proof of payment of wages and statutory contribution to the officer, empowered
to issue Labour Payment Certificate (LPC) within three weeks from the end of wage period.”

In order to comply with the above provisions, contractor shall immediately on receipt of letter of
acceptance / work order shall obtain group personal accident insurance in respect of all the workmen
engaged in mining activities for payment of Rs. 5.00 lakhs in case of death in mine accident. A pro of to
such effect shall be produced to the satisfaction of the management before commencement of the work.
However, the responsibility of payment of special relief/ex-gratia amount shall lie exclusively with the
Contractor.
If the contractor fails to disburse the special Relief / Ex-gratia within the due date, the subsidiary
concerned may make the payment to the eligible dependent as mentioned herein above. However, such
amount shall be recovered from the Contractor from his dues either in the same and / or other subsidiaries
/ CIL.”

Manager (Civil)
Kamptee Sub Area

Distribution : -
1) Notice Boards
2) C. G. M.(N)
3) SAM, Kamptee/Gondegaon/Silewara/Saoner
4) S.O. (C) (N)
5) F.M., KSA
6) S. A. E.(E&M), KSA
7) Manager (P), KSA
8) Dy. Manager (P), AIKDOCM
9) Chief Cashier, KSA
LETTER OF BID

PROFORMA FOR LETTER OF BID


(To be submitted by the Bidder on his letter head during submission of quotation)

To,

__________________________________________

__________________________________________

Sub : Quotation for the work ___________________________________________________

_____________________________________________________________________

_____________________________________________________________________

Notice Inviting Quotation (NIQ) No. ___________________ Dated _____________________

Dear Sir,
This has reference to above reference quotation . I/we have read and examined the
conditions of NIQ. Scope of Work, technical specifications, BOQ and other documents carefully .

I/we am/are pleased to submit our bid for the above work. I/We hereby unconditionally accept the
quotation conditions and quotation documents in its entirety for the above work and agree to abide by
and fulfill all terms and conditions and specifications as contained in the quotation document.

I/we here by submit all the documents as required for the quotation notice/document.

I/We hereby confirm that this quotation complies with the Quotation validity, Earnest Money Deposit
(EMD) and other documents as required by the Quotation Notice / documents.

If any information furnished by me/us towards this quotation is found to be incorrect at any time, penal
action as deemed fit may be taken against me/us for which I/We shall have no claim against
CIL/Subsidiary .

Letter of acceptance / Work Order shall constitute a binding contract between us and Western
Coalfields Limited .

Should this quotation be accepted, we agree to furnish Performance Security within 28 days of issue
of letter of acceptance and commence the work within 10 days of issue of letter of acceptance. In case
of our failure to abide by the said provision Western Coalfields Limited shall, without prejudice to any
other right or remedy, be at liberty to cancel the letter of acceptance / award and to forfeit the Earnest
Money and also debar us from participating in further tenders for a minimum period 12 months.

Yours faithfully,
UNDER TAKING

PROFORMA FOR UNDER TAKING


(To be submitted by the Bidder on his letter head during submission of quotation)

I/We, ………………………………………………………….……………., Proprietor / Partner /Legal

Attorney /Director Accredited Representative of M/S ………………………………..….. solemnly


declare that :

1. I/We am/are submitting quotation for the work ………..………….……………………………………...

……………….……….…...………………………………..………...…...…………………………….…...

against NIQ No. …………………..… Dated …………………………..….. and I/we offer to execute the

work in accordance with all the terms, conditions and provisions of the NIQ .

2. Myself/Our Partners Directors don’t has/have any relative as employee of …….…….………………

………………………………………………………..……………………...….. (Name of the Company).

3. All information furnished by us in respect of fulfillment qualification information of this


quotation is complete, correct and true .

4. All copy of documents submitted along with this quotation are genuine, authentic, true and valid.

5. I/We hereby authorize department to seek reference / clarifications from our Bankers .

6. We hereby undertake that we shall register and obtain license from the competent authority
under the contract labour ( Regulation & Abolition Act ) as relevant, if applicable ,

7. I/We hereby confirm that we have registration with CMPF / EPF Authorities . We shall make
necessary payments as required under law.
Or
I/We hereby undertake that we shall take appropriate steps for registration as relevant under
CMPF / EPF authorities, if applicable. We shall make necessary payments as required under
law.

8. ** I/We have not been banned or delis ted by any Govt., or Quasi Govt. Agencies or PSUs .
[ in case of JV, all partners are covered )
Or
** I/We …………………………………. have been banned by the organization named “…………...…

…………………..….. for a period of ………… year/s, effective from ………………... to ……………..


[ in case of JV, Name(s)) of the Partner (s) ]

9. If any information and document submitted is found to be false / incorrect at any time, department
may cancel my / our quotation and action as deemed fit may be taken against me/us, including
termination of the contract, forfeiture of all dues including Earnest Money and banning / deli-sting of
our firm and all partners of the firm etc .
Signature of Bidder
Date …...........…….
MANDATE FORM FOR ELECTRONIC FUND TRANSFER / INTERNET BANKING PAYMENT

1. Name of Bidder ……………………………………………….…......………….………………………….

2. Address of the
Bidder . …………………………………..…..…………………………………………….

……………………………………………..……… City ……………………... Pin Code ………………..

E-mail Id ( if any) ………………………..……… Permanent Account Number ..…….………………

3. Particulars of Bank :
Bank Name Branch Name
Branch Place Branch City
Pin Code Branch Code
MICR No.

(Digital Code number appearing the MICR Brand of the cheque supplied by the Bank. Please attach
Xerox copy of a cheque of your Bank for ensuring accuracy of the Bank Name, Branch Name and
Code Number .
RTGS
CODE

Account Type Saving Current Cash Credit

Account Number
(as appearing in
the Cheque Book

4. Date from which he mandate should be effective .


I hereby declare that the particulars given above are correct and complete. If any transaction is
delayed or not effected for reasons of incomplete or incorrect information. I shall not hold Company
responsible. I also undertake to advised any change in the particulars of my account to facilitate
updation of records for purpose of credit of amount through SBI Net / RTGS transfer / NEFT. I agree
to discharge responsibility expected of me as a participant under the scheme . Any bank charges
levied by the bank for such e-transfer shall be borne by us .

Place :

Date :

Signature of the Party / Authorized Signatory


……………………………………………………………………………………
Certified that particulars furnished above are correct as per our records .

Banker's Stamp
Dated

Signature of the Authorized official from the Bank )


4.07 Security deposit:

4.07.1 Security Deposit shall consist of two parts .


a) Performance security to be submitted at award of work and
b) Retention Money to be recovered from running bills .
The security deposit shall bear no interest .
4.07.2 Performance security should be 3.00% of contract amount and and should be submitted within 28 days of
receipt of LOA by the successful bidders in any of the form given below :
• Govt. securities, FDR of any form of deposit stipulated by the owner .
• Demand Draft drawn in favour of “Western Coalfields Limited, Kamptee Sub Area” payable at Kamptee Sub
Area.

Failure of the successful bidder to comply with the requirement as above shall constitute sufficient ground
for cancellation of the award of work and forfeiture of the bid security .

The bidder may also be debarred form participating in future tenders in subsidiary for minimum period of 12
months.

4.07.3 5% Performance Security should be refunded within 14 days of the issue of defect liability certificate (taking
over certificate with a list of defects).

4.07.4 All running on account bills shall be paid at 95 % (Ninety five percent) of work value. This 5% (Five percent )
deduction towards Retention Money will be the second part of security deposit .

4.07.5 5% Performance Security should be refunded within 14 days of the issue of defect liability certificate (taking
over certificate with a list of defects) Retention Money should be refunded after issue of No. Defect Certificate.
Retention Money should be deducted at 5% from running bills.

4.07.6 The Company shall be at liberty to deduct / appropriate from the security deposit such sums as are due and
payable by the contractor to the company as may be determined in terms of the contract, and the amount appropriated
from the security deposit shall have to be restored by further deduction from the contractors subsequent on account
running bills, if any .

The refund of security deposit shall be subject to company's right to deduct/appropriate its due against the
contractor under any other contract .

4.07.7 On completion of the entire work and issue of deduct liability certificate ( taking over certificate with a list of
defects) by the Engineer in charge, one half of the security deposit remaining with the company shall be refunded.
The other half shall be refunded to the contractor after issue of No. Defect Certificate by the Engineer-in-charge . On
the expiry of Defect Liability Period of six month, subject to the following conditions :
a) Any defect/defects in the work, if detected after issue of defect liability certificate is /are rectified to the
satisfaction of the Engineer-in-charge within the said period.

b) In the case of building work or other work of similar nature, the refund shall be made on the expiry of
the said six months period of at the end of one full monsoon period i. e. June to September, whichever is later in
point of time and any defects such as leakages in not, efflorescence in was, dampness, defects in drainage etc.
should be rectified to the satisfaction of Engineer in charge .
Schedule of quantity

1.Name of the work:- Day to day cleaning of 2 nos. weigh bridge approaches and its
surrounding area at Dumri railway Siding under Kamptee Sub Area.

S.N. Description Unit Qty. Rate Amount

1 Day to day Cleaning of Weigh bridge (02 nos.) such as scrap- Shift 118.00
ping of dust/ earth from road side and brooming of surface i/c re-
moval of dust and disposal up to a lead 50m or as per the in-
struction of Engineer in charge. (Labour rate only) (one day=02
labour) (One Shift)
Total Rs.

Add G. S. T. 18%

Total Rs. Including G. S. T.

NOTE :-
Only Item wise rate to be quoted in figures and words both. Any deviation from
this, the bid shall liable for rejection.
Only typed offers shall be accepted & hand written offers shall not be accepted.

Synopsis :-

I/We Quote __________________________________________________________________________________________

(Rupees in words)___________________________________________________________________________________

Signature of Tenderer

Name of Tenderer
Seal & Date
Schedule of quantity

2. Name of the work:- Day to day cleaning of 2 nos. weigh bridge approaches and its
surrounding area at Inder patch of AIKDOCM under Kamptee Sub Area.

S.N. Description Unit Qty. Rate Amount

1 Day to day Cleaning of Weigh bridge (02 nos.) such as scrapping Shift 120.00
of dust/ earth from road side and brooming of surface i/c re-
moval of dust and disposal up to a lead 50m or as per the in-
struction of Engineer in charge. (Labour rate only) (one day=02
labour) 2 shifts per day (Qty= 60 Days X 2 Shift per day =120

Total Rs.

Add G. S. T. 18%

Total Rs. Including G. S. T.

NOTE :-
Only Item wise rate to be quoted in figures and words both. Any deviation from
this, the bid shall liable for rejection.
Only typed offers shall be accepted & hand written offers shall not be accepted.

Synopsis :-

I/We Quote __________________________________________________________________________________________

(Rupees in words)___________________________________________________________________________________

Signature of Tenderer

Name of Tenderer
Seal & Date
Schedule of quantity

3. Name of the work:- Making of R.C.C Sign boards inside the mine premises of Kamptee
patch and Inder patch of AIKDOCM Under Kamptee Sub Area.

S.N. Description Unit Qty. Rate Amount

1 Earth work in excavation by mechanical means (Hydraulic excavator) / Cum 6.80


manual means in foundation trenches or drains (not exceeding 1.5 m
in width or 10 sqm on plan), including dressing of sides and ramming
of bottoms, lift up to 1.5 m, including getting out the excavated soil and
disposal of surplus excavated soil as directed, within a lead of 50 m.
All kinds of soil
2 Providing and laying in position cement concrete of specified grade Cum 6.04
excluding the cost of centering and shuttering - All work up to plinth
level : 1:3:6 (1 Cement : 3 coarse sand (zone-III) derived from natural
sources: 6 graded stone aggregate 20 mm nominal size derived from
natural sources).

3 Providing and fixing cement precast R.C.C signboard of size 1.5 mtr X Nos. 28.00
0.90 mtr. In thickness 50mm and vertical post size 0.15 X 0.15 X 2.10
mtr. Including cost of fixing at site.

4 Painting signboard, synery making and letter writing with ready mix Sqm 75.60
plant

Total Rs.

Add G. S. T. 18%

Total Rs. Including G. S. T.

NOTE :-
Only Item wise rate to be quoted in figures and words both. Any deviation from
this, the bid shall liable for rejection.
Only typed offers shall be accepted & hand written offers shall not be accepted.

Synopsis :-

I/We Quote __________________________________________________________________________________________

(Rupees in words)___________________________________________________________________________________

Signature of Tenderer

Name of Tenderer
Seal & Date
Schedule of quantity

4. Name of the work:- Fire- fighting (Water Spraying) work at coal stock yard at
Kamptee OCM under Kamptee Sub Area.

S.N. Description Unit Qty. Rate Amount

1 Water spraying in coal stock yard laying/ extension/ removal of pipe Per 120.00
line and fitting valves laying, removal of canvas hoses from above pipe Shift
line upto fire site and quenching the fire with water etc. all complete as
per instruction of Engineer in charge. Note: Total 02 (Two) Numbers of
manpower required per shift and there will be 02 (Two) Shifts in a day.
Total Rs.
Add G. S. T. 18%

Total Rs. Including G. S. T.

NOTE :-
Only Item wise rate to be quoted in figures and words both. Any deviation from
this, the bid shall liable for rejection.
Only typed offers shall be accepted & hand written offers shall not be accepted.

Synopsis :-

I/We Quote __________________________________________________________________________________________

(Rupees in words)___________________________________________________________________________________

Signature of Tenderer

Name of Tenderer
Seal & Date

You might also like